Scope
Reference
P-0992
Description
The delivery of a five-year contract to provide accommodation and support for our UASC population. MCC is looking to work with a provider who can demonstrate that they have the experience and expertise to meet the needs of our UASC population, both with emergency and long-term placements, until their immigration status is resolved. The volume of the services to be purchased is the block purchase of up to 55 units.
Total value (estimated)
- £6,030,000 excluding VAT
- £7,236,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 10 October 2026 to 9 October 2031
- 5 years
Main procurement category
Services
CPV classifications
- 85311000 - Social work services with accommodation
Contract locations
- UKD33 - Manchester
Participation
Legal and financial capacity conditions of participation
Financial Capacity: Please see P-0992 ITT Document
Legal Capacity:
Suppliers must demonstrate that they have an Ofsted inspection rating of either 'Good' Grade 2, or 'Outstanding' Grade 1. This will be assessed as a pass/fail criterion. Suppliers will be required to provide their URN (unique reference number), your current Ofsted rating, the date of Children's Social Care registration and/or the date of your last inspection.
Suppliers that have an Ofsted rating of Grade 3 'Requires Improvement, 'and date of last inspection before 01st January 2024, will be required to outline the steps they have taken to improve their score for their next inspection. If deemed satisfactory by the council, and the supplier is identified as the most advantageous tender, the supplier will be required to evidence an inspection rating of Grade 2 'Good' or Grade 1 'Outstanding' by 09th June 2026. Failure to do so will result in a fail in relation to Legal Capacity and the Supplier's tender will be excluded from the procurement
Suppliers that have an Ofsted rating of Grade 4 'Inadequate', or Grade 3 'Requires Improvement' and have been inspected since 01st January 2024, will fail in relation to Legal Capacity and the Supplier's tender will be excluded from the procurement.
Suppliers that are yet to receive their Ofsted inspection and rating, and registered before 10th February 2026, will be required to explain how they provide quality care in line with the Social care common inspection framework (SCCIF) Social care common inspection framework (SCCIF): secure children's homes - GOV.UK
Suppliers that satisfy that they are able to provide quality care, in line with the SCCIF will pass. Failure to do so will result in a 'fail' in relation to Legal Capacity and the Supplier's tender will be excluded from the procurement
All Suppliers tendering for this contract must be registered and awaiting inspection under the relevant framework.
During the course of the contract, the awarded Supplier is required to uphold an Ofsted rating of grade 1 or 2. If after inspection, the awarded Supplier receives a grade of 3 or 4, the Council would be required to review whether the contract can continue.
Suppliers without an Ofsted rating and registered after 10th February 2026, will fail in relation to Legal Capacity and the Supplier's tender will be excluded from the procurement.
Technical ability conditions of participation
Suppliers must demonstrate that they have relevant experience. This will be assessed as a pass/fail criterion. A pass can be achieved in one of the following ways, (otherwise relevant experience will be assessed as a 'fail' and the Supplier's tender will be excluded from the procurement):
• The Supplier (if not a consortium) demonstrates experience of at least one relevant contract examples and of a similar nature and value to this contract opportunity from within the last three years which reflects the requirements of this contract, outlined in Appendix B: Specification; or
• The Supplier (if not a consortium) does not have at least one contract example but demonstrates in the Procurement Specific Questionnaire that they have relevant experience of a similar nature and value to this contract opportunity within the last three years. The response should include justification on why the experience is relevant and details for a reference person that the Council can contact. This experience should be reflective of the requirements outlined within Appendix B: Specification; or
• Where the Supplier is relying on an Associated Person to meet the technical ability, there are at least two relevant contract examples of a similar nature and value to this contract opportunity. The examples should cover both the Supplier and the Associated Person, or one example relating to the Supplier's experience and one relating to the Associated Person's; or
• For consortium bids involving more than two parties, three relevant contract examples of a similar nature and value to this contract opportunity should be provided covering the principal members of the consortium. Where this is not possible (e.g. if the consortium is newly formed or a special purpose vehicle is to be created for the contract), three separate examples should be provided between the principal member(s) of the proposed consortium or members of the special purpose vehicle or sub-contractors (three examples are not required from each member).
Business Continuity
Suppliers must provide their business continuity plan and provide details on how they intend to ensure continuity of supply for this contract.
Suppliers must clearly demonstrate how they will ensure the provision of supported accommodation for asylum seeking children in the event of major disruption. The response should outline the risks to service/supply delivery and the mitigation plan to overcome this.
This will be assessed as a pass/fail criterion and suppliers that are unable to demonstrate an effective business continuity plan will fail and the Supplier's tender will be excluded from the procurement.
Particular suitability
Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
2 March 2026, 11:00am
Tender submission deadline
9 March 2026, 4:00pm
Submission address and any special instructions
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 4pm on 09th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
7 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 19 December 2030
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | See P-0992 ITT Document |
Quality | 45% |
| Price | See P-0992 ITT Document |
Price | 25% |
| Social Value | See P-0992 ITT Document |
Quality | 20% |
| Environment | See P-0992 ITT Document |
Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
http://www.the-chest.org.uk
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity.
Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 4pm 09th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.
https://procontract.due-north.com/Procurer/Advert/View?advertId=993e2cbd-4607-f111-813c-005056b64545&fromAdvertEvent=True
Link to opportunity
Contracting authority
Manchester City Council
- Public Procurement Organisation Number: PLNV-8798-LDMP
Town Hall Extension
Manchester
M60 2LA
United Kingdom
Email: procurement@manchester.gov.uk
Website: https://www.manchester.gov.uk/
Region: UKD33 - Manchester
Organisation type: Public authority - sub-central government