Scope
Reference
C22739
Description
West Sussex County Council is utilising a Competitive Flexible Procedure procurement under the Procurement Act 2023 to award multiple contracts (Light Touch) to successful Suppliers to deliver Contracts for countywide Supported Accommodation and Housing Pathway services for young people aged 16-25.
The Service will provide safe accommodation and tailored support for young people in care, leaving care, or at risk of homelessness, helping them build independence, stability and positive life outcomes.
Provision includes 24/7 fully staffed supported accommodation in key towns and flexible Transitional Housing across West Sussex.
The current contract provision expires on the 30th of September 2026.
The services have been redesigned to best suit the needs of West Sussex young people.
The commissioning of these services is a collaboration between WSCC and the District and Boroughs.
In order to provide these services, the supplier is required to be registered as a Social Landlord and, in addition to that, where the service is provided to young people under 18 years of age, OFSTEAD registration will be mandatory.
Contracts will run for five years with options to extend up to a total Contract length of 9 years.
Total value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 October 2026 to 30 September 2031
- Possible extension to 30 September 2035
- 9 years
Description of possible extension:
The optional extension will be for two (2) further periods of two (2) years each, giving a total potential contract term of nine (9) years.
Main procurement category
Services
CPV classifications
- 85300000 - Social work and related services
Contract locations
- UKJ27 - West Sussex (South West)
- UKJ28 - West Sussex (North East)
Participation
Legal and financial capacity conditions of participation
Financial Capacity and Legal Capacity will be assessed on PASS/FAIL basis.
For details please check the Associated Procurement Document pack. Both will be assessed as self-certification as part of the Conditions of Participation. (The Council will not ask for any proof of insurance or audited accounts before contract award).
Technical ability conditions of participation
Technical Ability will be assessed as part of the Conditions of Participation.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
13 March 2026, 5:00pm
Submission type
Tenders
Tender submission deadline
23 March 2026, 12:00pm
Submission address and any special instructions
To view the tender documentation and submit a response please click on the following link to our e-tendering Portal and either Register or Login). https://atamis-7669.my.site.com/s/Welcome
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 July 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Technical Quality | Q1 - Organisation and Service level, 28% Q2 - Community of Practice, 5% Q3 - Mobilisation, 15% Q4 - Voice and Participation, 21% Q5 - Service Delivery, 21% Q6a - Social Value, 5% Q6b - Social Value, Climate... |
Quality |
| Commercial Price | Price per Quality Point. The Price element of the Commercial Evaluation will be scored using the Price per Quality Point commercial scoring methodology. The Tenderers Weekly Total Cost Per Bed (from... |
Price |
Weighting description
The assessment and evaluation of Tenders will comprise of:
a. Technical Quality Questions Evaluation 100% - a scored evaluation of the responses to the Appendix N - Technical Quality Questions. The Technical Quality Questions is explained in Criterion 1.
b. Commercial Price - The submitted Appendix M - Pricing Schedule will be evaluated;
i. For completeness
ii. will be assessed using the Price per Quality Point commercial scoring methodology (Commercial Score taken forward). The Price per Quality...
Other information
Payment terms
30 days in arrears
Description of risks to contract performance
The following potential risks have been identified:
- Mobilisation risk due to time constraints.
- Legislative changes, the Competitive Flexible Procedure is still relatively new to both the Council and the Tenderers.
- Full Service coverage across West Sussex, the Services offered through this tender may not evenly distribute Services across key towns/areas/locations as required.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
The procurement will be conducted using a Competitive Flexible Procedure comprising four stages.
- Stage 1: Suppliers will submit a Procurement Specific Questionnaire (PSQ), Conditions of Participation, and a full Tender response.
- Stage 2: Validation, including presentations and site visits, will be undertaken to verify and substantiate tender submissions.
- Stage 3: Negotiation, negotiations may be conducted with one or more Suppliers to refine and clarify tender submissions, in accordance with the Procurement Act 2023.
- Stage 4: Remaining Suppliers will be invited to submit a Best and Final Offer (BAFO).
The Council reserves the right to award the contract following Stage 2 without proceeding to negotiation or BAFO where a tender constitutes the Most Advantageous Tender once validated.
The Council may issue updated or refined procurement documents at any point before the relevant submission deadlines to reflect the current stage of the Competitive Flexible Procedure, any modifications to requirements, or new information arising during the process.
Following contract award, and in accordance with Schedule 8 of the Procurement Act 2023, the Council may introduce modifications to the contract where permissible, including unforeseen modifications arising over the contract term.
The proposed services are based on current funding allocations and may be subject to adjustment during the lifetime of the contract in response to changes in local or central government funding.
The Contracting Authority is West Sussex County Council (WSCC), or any successor body that may assume WSCC's functions as a result of Local Government Reorganisation (LGR) or Devolution. Successor bodies may include (but are not limited to) a Local Authority, Combined Authority, Combined County Authority, Strategic Authority, or any entity established under relevant legislation.
The Parties acknowledge that organisational structures or responsibilities may change during the contract term, including through merger, reorganisation or abolition. In such cases:
- WSCC may assign, novate or otherwise transfer its rights and obligations under the contract to a successor body.
- The Provider must cooperate fully with any such transfer, including executing required documentation.
- No compensation will be payable solely due to such reorganisation, and no adjustment to the Contract Price will be made unless expressly agreed by both parties.
To view the full Tender Documentation and submit a response please see the following link to Atamis, our e-tendering Portal and either Register or Login) - https://atamis-7669.my.site.com/s/Welcome
Contracting authority
West Sussex County Council
- Public Procurement Organisation Number: PXJW-5627-QRQR
County Hall, West Street
Chichester
PO19 1RQ
United Kingdom
Region: UKJ27 - West Sussex (South West)
Organisation type: Public authority - sub-central government