Scope
Description
London Borough of Ealing is working with the West London Alliance members and other local authorities in establishing a light touch Framework, for a duration of 8 years (4+2+2), to procure and commission Supported accommodation and semi independent living services for Young people. The light touch framework will be for an unlimited number of providers in two lots: Lot 1 for the provision of supported accommodation (for young people aged 16-17 year) by Ofsted registered providers and Lot 2 semi-independent accommodation (for Young people aged 18+) from providers that are not Ofsted registered and the provision of floating support. Providers can apply for both lots. This is a Flexible light touch framework as outlined by Section 45 of the Procurement Act and which shall be re-opened at least twice annually. The West London Alliance and Ealing Council reserves the right to change the frequency of the openings and also open specific lots and regions based on their sufficiency requirements. The Framework has geographical regions, to ensure sufficiency of provision in the areas the London local authorities who require placements. The majority of the placements will be made in line within the London local authorities' agenda of placing close to home, however there will be instances when young people may need to be placed at distance. Region 1- This will include service locations within the 32 London councils and also the councils of Surrey and Buckinghamshire. As majority of the councils accessing this provision are in London and neighbouring regions, majority of the placements are expected to be made in this region. Region 2 - This will include services located in the rest of the county. Local authorities will in some instances require to place young people at distance in which case they will filter for Provider with services in regions further away. The London Borough of Ealing and the West London Alliance are working with local authority partners in Barnet, Harrow, Brent, Hounslow, Hillingdon, Hammersmith and Fulham reserve the right to open, amend and create additional regions in the future based on the needs of Local Authorities. The estimated value of the services to be purchased for the entire duration of the Framework is purely indicative and cannot be guaranteed. Please see tender documents for more information. Ref: Pipeline Notice: 2025/S 000-026556
Commercial tool
Establishes a framework
Total value (estimated)
- £3,000,000,000 excluding VAT
- £3,500,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
Extension of 2 years plus 2 further years.
Options
The right to additional purchases while the contract is valid.
Extension of 2 years to 31/3/2032 and second possible extension of 2 years to 31/3/2034 The Framework will be subject to review during the initial term and the results of those reviews will inform the Council's decision as to whether any extension period will be offered.
Main procurement category
Services
CPV classifications
- 85000000 - Health and social work services
- 85311000 - Social work services with accommodation
- 85312000 - Social work services without accommodation
Contract locations
- UK - United Kingdom
- UKI - London
- UKJ11 - Berkshire
- UKJ13 - Buckinghamshire CC
- UKJ14 - Oxfordshire
- UKJ2 - Surrey, East and West Sussex
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The call off procedure is detailed in the tender documentation.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The Framework is open to all London Boroughs plus City of London, Unitary Authorities and County councils as listed in this link: https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/1140054/List_of_councils_in_England_2023.pdf. Over the life of this framework this includes any subsequently formed contracting local authority/authorities that are newly created from the existing list of local authorities, and who merge, rename or partner as part of the devolution agenda.
Participation
Legal and financial capacity conditions of participation
As set out in the procurement documents
Technical ability conditions of participation
As set out in the procurement documents
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
20 August 2025, 4:00pm
Tender submission deadline
15 September 2025, 2:00pm
Submission address and any special instructions
Please submit through Ealing's Atamis Portal - https://ealinglbc-atamis.my.site.com/s/Welcome
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 January 2026
Award criteria
Name | Description | Type |
---|---|---|
Quality | Minimum quality criteria |
Quality |
Weighting description
The process will follow the open procedure. Providers who successfully meet the criteria in the Invitation to Tender will be shortlisted and will be admitted to the framework. Contracts will be awarded from the framework according to need.
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Light touch
Contracting authority
London Borough of Ealing Council
- Public Procurement Organisation Number: PRHZ-3346-MGDQ
Third Floor (Plum Area) Perceval House, 14-16 Uxbridge Road
London
W5 2HL
United Kingdom
Region: UKI73 - Ealing
Organisation type: Public authority - sub-central government