Tender

Open Framework - Residential Care for children with multiple presenting needs (Phase 2b)

  • Nottinghamshire County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-012721

Procurement identifier (OCID): ocds-h6vhtk-05f814 (view related notices)

Published 12 February 2026, 10:23am



Scope

Reference

DN805421

Description

Nottinghamshire County Council (the Council) is seeking to establish an Open Framework of suitable Providers to deliver residential care for children with multiple presenting needs, which includes those children displaying sexualised behaviours, on a planned and emergency basis.

Ideally the support offered within this Framework will be delivered in Nottinghamshire for both emergency and planned packages of care. This will enable children to be supported by the Health and Education offer. In some cases, there may be a reason for the child to be supported outside of the county. For Providers delivering care outside of Nottinghamshire we will consider homes that are within a 30-mile radius of the county border. Providers of services for children displaying harmful sexual behaviours are exempt from this.

A multi-provider framework agreement will be put in place which means that during the framework term the Council may re-open the Residential Care for children with multiple presenting needs (Phase 2b) tender exercise to run further competitive processes to allow new providers to be appointed to the Framework.

The initial framework agreement will be in place for 2 years, from 1st September 2026 to 31st August 2028.

Further framework agreements may then be in place for a maximum of 8 years in total (2+2+2), until 31st August 2034.

Bidders should ensure they have fully reviewed all supporting tender documents before submitting their application.

Please note that this framework is not for the provision of supported accommodation.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £250,000,000 excluding VAT
  • £250,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2026 to 31 August 2028
  • Possible extension to 31 August 2034
  • 8 years

Description of possible extension:

The initial framework agreement will be in place for 2 years, from 1st September 2026 to 31st August 2028.

Further framework agreements may then be in place for a maximum of 8 years in total (2+2+2), until 31st August 2034.

Reviewing whether to continue with these services is at the sole discretion of the Council. The Council will, under its duty to obtain best value, consider a range of factors when deciding whether to continue a contractual arrangement.

Main procurement category

Services

CPV classifications

  • 85311000 - Social work services with accommodation

Contract locations

  • UK - United Kingdom

Framework

Open framework scheme end date (estimated)

31 August 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

The evaluation process to appoint potential Providers to the Framework will involve three stages:

• Stage 1 - Procurement Specific Questionnaire and Conditions of participation

• Stage 2 - Quality submission

• Stage 3 - Price

Tenderers who fail Stage 1 (PSQ and CoP) will not have their tender evaluated under Stage 2 (Quality); and tenderers who fail Stage 2 will not have their Tender evaluated under Stage 3 (Price).

Tenderers who pass all three stages of the evaluation process and meet all of the published minimum requirements set out in the tender pack, will be appointed on to the Framework.

Upon award to the Framework the Council will enter into a call-off contract by directly placing an order with the provider for the provision of services.

Placement requests for planned and emergency residential care will be commissioned on an individual basis and will be made as and when required by the Council to those successful Providers using a referral system as detailed in section 3.7 of the Service Specification

Please note, the Council provides no guarantee of any work to any successful Framework provider.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

• Legal and financial capacity to perform the contract.

Third party credit checks (if available) will also be undertaken as part of a financial assessment. A poor credit rating which scores 3 or more in a Dun & Bradstreet check will lead to a further request for supporting documentation, for example, accounts, profit & loss, cash flow forecast, or alternative evidence you will be required to provide if successful.

• Insurance

Upon award, successful Providers will be required to evidence the following insurance cover:

a) public liability insurance with a limit of indemnity of not less than £5,000,000 in relation to any one claim or series of claims;

b) employer's liability insurance with a limit of indemnity of not less than £10,000,000 OR in accordance with any legal requirement for the time being in force in relation to any one claim or series of claims;

c) Residents Effects cover for each and every claim for each child of not less than £500;

d) It is desirable but not essential for providers to have Malpractice Insurance for each and every claim of not less than £1,000,000 in relation to any one claim or series of claims;

e) Vehicle Insurance cover. The Service Provider and its Staff shall have in place motor vehicle insurance commensurate with the actual and potential liabilities of the Service Provider relating to the operation of vehicles used for the transport of Children and their visitors.

All polices must be placed with an Insurer who has a Standards and Poor's rating of at least -A

Technical ability conditions of participation

• Technical ability

Bidders must demonstrate recent experience of providing goods / services similar to those required in this contract, ideally in the public sector. You may include previous contracts to other public sector contracts.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

19 March 2026, 12:00pm

Submission type

Tenders

Tender submission deadline

26 March 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

22 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 12 February 2028


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Price Price 40%

Other information

Description of risks to contract performance

Contract Value - The contract value is subject to demand and is based on current spend and projections. We anticipate the estimated value of the Framework to be £250,000,000.00

Local Government Reorganisation - Bidders are advised that, following the UK Government's publication of the English Devolution White Paper in December 2024, a programme of Local Government Reorganisation ("LGR") is anticipated which may affect the governance, boundaries and/or legal status of the Council during the term of any Framework or Call Off awarded pursuant to this procurement.

As a consequence of LGR, any resulting Framework or Call Off may be required to be transferred, assigned or novated (in whole or in part) to one or more successor authorities or other public bodies established as part of LGR, in accordance with applicable legislation.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

Tenderers are required to complete all three stages of the procurement during publication of the tender before the published deadline. This includes the Procurement Selection Questionnaire, quality submission and price submissions.

The evaluation process to appoint potential Providers to the Framework will involve three stages:

• Stage 1 - Procurement Specific Questionnaire and Conditions of participation

• Stage 2 - Quality submission

• Stage 3 - Price

Tenderers who fail Stage 1 will not have their tender evaluated under Stage 2 (Quality); and tenderers who fail Stage 2 (Quality) will not have their Tender evaluated under Stage 3 (Price).

Tenderers who pass all three stages of the evaluation process and meet all of the published minimum requirements set out in the tender pack, will be appointed on to the Framework.


Documents

Associated tender documents

https://www.eastmidstenders.org/

Bidders must submit their tenders through the e-tendering system below before the deadline shown in the e-tendering system.


Contracting authority

Nottinghamshire County Council

  • Public Procurement Organisation Number: PBCV-5152-BXBP

County Hall, Loughborough Road

Nottingham

NG2 7QP

United Kingdom

Contact name: Samantha Gilbert

Email: corporate.procurement@nottscc.gov.uk

Website: https://www.nottinghamshire.gov.uk/

Region: UKF16 - South Nottinghamshire

Organisation type: Public authority - sub-central government