Tender

WCC Supported Accommodation framework for Young People aged 16 and above

  • Warwickshire County Council

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

Notice identifier: 2025/S 000-018445

Procurement identifier (OCID): ocds-h6vhtk-050b6f

Published 1 May 2025, 2:22pm



Scope

Reference

WCC - 21808

Description

Purpose of this procurement

WCC is seeking to put in place a new framework for supported accommodation for CiC and UASC to replace the existing Warwickshire Framework from 1st September 2025. The new arrangements will fulfil WCC's sufficiency duty and enable WCC to achieve and ensure:

• The safety and well-being of Warwickshire young people in appropriate accommodation

• High quality accommodation in Warwickshire and other locations of choice for Warwickshire young people and UASC

• High standards and consistency of support for young people in accommodation

• Value for money.

Commercial tool

Establishes a framework

Total value (estimated)

  • £120,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 31 August 2029
  • Possible extension to 31 August 2033
  • 8 years

Description of possible extension:

The initial contract term will be for 4 years however the Council reserves the right to extend the contract by further periods not exceeding 48 months (4 years) at the discretion of the Council based on the contract performance of the successful applicants.

Main procurement category

Services

CPV classifications

  • 85311300 - Welfare services for children and young people

Lot 1. Lot 1: Care Leavers

Description

Lot 1: Care Leavers

Warwickshire County Council (WCC) is seeking providers to deliver supported accommodation for Warwickshire Children in Care, Care Leavers and Unaccompanied Asylum-Seeking Children (UASC) aged 16 and above. Successful providers will be invited to join a framework and WCC shall be able to call off placements with contracted providers as and when required in respect of young people eligible for the services.

Supported Accommodation should provide a safe, homely and nurturing living environment where young people are supported to develop the life skills and experience to enable them to move safely to independent adult living in the future. Supported accommodation is not expected to provide 'care' in the same way as children's homes and young people typically have more independence and autonomy.

For the avoidance of doubt, providers will be expected to source the properties required to deliver the service. This may include self-contained flats, shared houses and flats and HMOs.

Providers must be able to demonstrate their experience of delivering accommodation and support to Children in Care, Care Leavers and/or UASC appropriate to the Lot(s) they are applying for.

Providers will work with WCC to achieve positive outcomes for young people in line with their Care/Pathway Plan.

Outcomes will be aligned to Ofsted's eight key principles for supported accommodation as set out in Ofsted's Guide to the Supported Accommodation Regulations.

Lot value (estimated)

  • £66,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2: Unaccompanied Asylum-Seeking Children (UASC)

Description

Lot 2: Unaccompanied Asylum-Seeking Children (UASC)

Warwickshire County Council (WCC) is seeking providers to deliver supported accommodation for Warwickshire Children in Care, Care Leavers and Unaccompanied Asylum-Seeking Children (UASC) aged 16 and above. Successful providers will be invited to join a framework and WCC shall be able to call off placements with contracted providers as and when required in respect of young people eligible for the services.

Supported Accommodation should provide a safe, homely and nurturing living environment where young people are supported to develop the life skills and experience to enable them to move safely to independent adult living in the future. Supported accommodation is not expected to provide 'care' in the same way as children's homes and young people typically have more independence and autonomy.

For the avoidance of doubt, providers will be expected to source the properties required to deliver the service. This may include self-contained flats, shared houses and flats and HMOs.

Providers must be able to demonstrate their experience of delivering accommodation and support to Children in Care, Care Leavers and/or UASC appropriate to the Lot(s) they are applying for.

Providers will work with WCC to achieve positive outcomes for young people in line with their Care/Pathway Plan.

Outcomes will be aligned to Ofsted's eight key principles for supported accommodation as set out in Ofsted's Guide to the Supported Accommodation Regulations.

Lot value (estimated)

  • £54,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

Contracts will be awarded to the applicants who exceed the stated threshold of 60 as detailed in the tender documents under Award criteria and submit a completed pricing schedule for the Lot(s) and Categories they are bidding for.

Please Note: WCC is prepared to accept and evaluate bids from and award a place on the new Warwickshire Framework to Providers who are not yet fully registered with Ofsted. However, whilst such Providers maybe awarded a place on the Framework, they will not be eligible to receive any referrals or be awarded any Placements under the new Framework unless it has to the satisfaction of the Council (acting reasonably) registered with Ofsted in accordance with the requirements contained in the Supported Accommodation Regulations.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Enquiry deadline

15 May 2025, 12:00pm

Submission type

Tenders

Tender submission deadline

5 June 2025, 12:00pm

Submission address and any special instructions

Applicants are required to answer all of the questions and return their completed response (including any associated documentation) by:-

no later than Thursday 5th June 2025 at 12 Noon via https://in-tendhost.co.uk/csw-jets/aspx/Home.

Your tender return must be submitted via the E-tendering portal. You will not be able to upload your tender after the deadline detailed above. Applicants are advised that if their tender response (including any associated documentation) is only partially uploaded within the E-tendering portal by the closing date and time then the system will lock them out and they will not be able to complete their document upload. The Council reserves the right to only evaluate documents received within the E-tendering portal by the closing date and time and applicants are advised that a partial upload is unlikely to be successful. Applicants are therefore recommended to upload their full tender response well in advance of the closing date and time.

If you are experiencing any difficulties with your upload you must contact the Council well in advance of the closing date and time

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

4 August 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Quality

Non Cost

Quality Questions including Social Value

Quality
Cost

Pass/Fail

Price

Weighting description

100% - Quality (Non cost)

Pass/Fail - Cost


Other information

Payment terms

Please refer to the tender documents.

Description of risks to contract performance

The satisfactory performance of the contract may be jeopardised by the following risks, which by their nature, are unable to be addressed in the contract as awarded:

The changing needs and requirements of the Council and the changing demands placed on the Council by its customers. increases or decreases in funding - such as reductions or additions in budget allocations as part of the Council's budget setting processes, or as a consequence of additional funding streams which were unknown at the time of awarding the contract, but which are provided to increase the volume and scope of services delivered

Changes in legislation or national guidance

The identification of additional service recipients, not originally captured by the scope of the contract e.g. same service requirements for 16/17-year-old teenagers where contract is for 18-20s

Opportunities offered by emerging/new technologies.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

Conditions of Participation - Procurement Specific Questionnaire

Applicants must complete Parts 1, 2 and 3 for the Council to identify the applicants to move forward to the 'Award' stage.

Only applicants who pass the mandatory pass/fail elements and exceed the stated threshold of 60 out of 100 will pass to the 'Award' stage.

1.Mandatory Questions - Pass/Fail

Applicants must answer questions M1 and M2. Applicants must pass this stage in order to proceed to Stage 2.

3. Quality (Non-cost) -100%

Responses are scored out of a total of 100, only applicants who exceed the stated threshold of 60 out of 100 will pass to Stage 3.

4. Cost - Pass/Fail

Applicants must pass this Stage in order to proceed to Stage 4. Applicants who fail this Stage will not progress any further in the process.

Negotiation/Clarification Meeting   

The Council reserves the right to invite bidders to a clarification meeting with presentation, or to Negotiation Meetings if the Council elects to do this.

Award Stage 

Contracts will be awarded to the applicants that meet the award criteria.


Contracting authority

Warwickshire County Council

  • Public Procurement Organisation Number: PDTN-5446-NMXW

Shire Hall

Warwick

CV34 4SA

United Kingdom

Region: UKG13 - Warwickshire

Organisation type: Public authority - sub-central government