Tender

Strategic Partnership(s) to provide additional capacity

  • Leeds City Council

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

Notice identifier: 2025/S 000-037534

Procurement identifier (OCID): ocds-h6vhtk-05242f (view related notices)

Published 4 July 2025, 3:48pm



Scope

Reference

100844

Description

Leeds City Council is seeking innovative and alternative approach to commissioning external partner/s to deliver the outcomes, ambitions and targets of the Leeds Efficiency Strategy. The solution aims to tackle some of the key challenges facing Local Authorities in providing residential care services,

The service requirement is for Support with accommodation. Considerations will be given to offers from suitable care providers with or without properties.

The service is for Leeds Children Looked After and will focus on 4 cohort :

1 Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE)

2 Children and young people with complex needs including mental health

3 Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge

4 Children and young people displaying sexual harmful behaviours

The provider/s will be rated 'good' or 'outstanding' with Ofsted and properties will be located within the boundaries of the city of Leeds.

The contract will be for a period of 7 years with an option to extend up to 3 years and the annual estimated value is

£3,000,000 across all Lots.

Total value (estimated)

  • £30,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2033
  • Possible extension to 31 March 2036
  • 10 years

Description of possible extension:

the extension option is upto 36 months in any combination.

Options

The right to additional purchases while the contract is valid.

During the term of this Contract (including during any extension period(s)), the Council may require additional homes within any Cohort(s) to increase service provision capacity, as may be required from time to time. The Contract may therefore be modified to include additional homes to be provided as part of the residential care service. Any additional homes shall be inserted into the Contract and shall thus be governed by the same Contract terms and conditions. The addition of extra homes during the Contract Period, pursuant to this paragraph, is deemed to be permissible by way of section 74(1)(a) and paragraph 1 of Schedule 8 of the Procurement Act 2023.

Main procurement category

Services

CPV classifications

  • 85311000 - Social work services with accommodation

Contract locations

  • UKE42 - Leeds

Lot constraints

Description of how multiple lots may be awarded:

Bidders can apply for all Lots.


Lot 1. Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE)

Description

Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE).

The Specification details the requirements for this Lot and includes information about the Cohort in the Cohort Service Overview.

Lot value (estimated)

  • £7,500,000 including VAT

Same for all lots

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


Lot 2. Children and young people with complex needs including mental health.

Description

Residential home supporting children and young people with complex needs including mental health.

The Specification details the requirements for this Lot and includes information about the Cohort in the Cohort Service Overview.

Lot value (estimated)

  • £7,500,000 including VAT

Same for all lots

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


Lot 3. Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge.

Description

Residential home supporting Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge.

The Specification details the requirements for this Lot and includes information about the Cohort in the Cohort Service Overview.

Lot value (estimated)

  • £7,500,000 including VAT

Same for all lots

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


Lot 4. Children and young people displaying sexual harmful behaviours

Description

Residential home supporting children and young people displaying sexual harmful behaviours.

The Specification details the requirements for this Lot and includes information about the Cohort in the Cohort Service Overview.

Lot value (estimated)

  • £7,500,000 including VAT

Same for all lots

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


Participation

Legal and financial capacity conditions of participation

Lot 1. Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE)

Lot 2. Children and young people with complex needs including mental health.

Lot 3. Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge.

Lot 4. Children and young people displaying sexual harmful behaviours

Please refer to the Request to Participate documentation

Technical ability conditions of participation

Lot 1. Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE)

Lot 2. Children and young people with complex needs including mental health.

Lot 3. Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge.

Lot 4. Children and young people displaying sexual harmful behaviours

Please refer to the Request to Participate documentation

Particular suitability

Lot 1. Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE)

Lot 2. Children and young people with complex needs including mental health.

Lot 3. Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge.

Lot 4. Children and young people displaying sexual harmful behaviours

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

Submission

Submission type

Requests to participate

Deadline for requests to participate

29 July 2025, 4:00pm

Submission address and any special instructions

Documents are accessible via the Council's procurement system (YORTender) and should be returned as specified within the Request to Participate documentation.

Link to YORTender - https://yortender.eu-supply.com/ctm/supplier/publictenders?B=YORTENDER

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Children and young people released from custodial sentence, stepping down for secure accommodation and at risk of Child Criminal Exploitation (CCE)

Lot 2. Children and young people with complex needs including mental health.

Lot 3. Children and young people with complex needs including learning disability, neuro diversity and behaviours that challenge.

Lot 4. Children and young people displaying sexual harmful behaviours

Maximum 3 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

13 December 2025


Award criteria

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

The maximum points available for quality within the Invitation to Submit Final Tender are 600 points.

Quality
Price

The maximum points available for price within the Invitation to Submit Final Tender are 400 points.

Price

Weighting description

The criteria for the Invitation to Final Tender stage will be assessed as follows.

Quality - 600 points

Price - 400 points


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

Stage 1 - Request to Participate Assessment and Evaluation

Bidders are requested to complete and return the following documentation for Stage 1:

Part 2 - Request to Participate Questionnaire

Part 3 - Request to Participate Schedule and Quality Questions

Stage 2 - Invitation to Participate in Dialogue

Shortlisted bidders will be invited to Stage 2 of the process.

Only the top three scoring bidders per lot will be invited to the Participate in Dialogue stage.

Shortlisted bidders will be issued with the final Invitation to Participate in Dialogue documentation. This will confirm the intended process and documentation for this stage of the process.

There will be a Stage 2 initial clarification meeting for shortlisted bidders to clarify any aspects of this stage.

Bidders will be required to provide their Solution by responding to the method statement questions and pricing schedule as provided within the Invitation to Submit Solution and submit these on the date specified.

Stage 3 - Dialogue

This stage is detailed in draft within the 'Invitation to Participate in Dialogue' document.

Stage 4 - Invitation to Submit Final Tenders

All bidders who participated in the dialogue stages will be invited to Stage 4 of the process.

Participating bidders will be issued with the final Invitation to Submit Final Tenders documentation to the Council.

Participating bidders will be required to complete and return the final tender documentation in accordance with the requirements set out in the stage and by the date requested within the Invitation to Submit Final Tender documentation.

Justification for not publishing a preliminary market engagement notice

Market engagement was conducted prior to the Procurement Act coming into force.


Contracting authority

Leeds City Council

  • Public Procurement Organisation Number: PJYG-6658-PPMY

Civic Hall, Calverley Street

Leeds

LS1 1UR

United Kingdom

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government