Scope
Description
Oldham Council is seeking to create a temporary accommodation (TA) framework for Nightly Paid consisting of highly skilled, socially aware and reputable providers to assist with the delivery of statutory temporary accommodation provision under Part VII of the Housing Act 1996.
The framework will be split into lots (please see below), bidders are able to bid for one, two or all lots:
• Lot 1: Nightly Paid Provision Framework
Lot 1.1 - Bedsit accommodation
Lot 1.2 - One bed accommodation
Lot 1.3 - Two bed accommodation
Lot 1.4 - Three bed accommodation
Lot 1.5 - Four bed accommodation
• Lot 2: Private Sector Leasing - Supply of Residential Dwellings
Commercial tool
Establishes an open framework
Total value (estimated)
- £45,500,000 excluding VAT
- £54,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 March 2026 to 28 February 2029
- Possible extension to 28 February 2031
- 5 years
Description of possible extension:
Option to renew for a further 2 years.
Main procurement category
Services
Contract locations
- UKD3 - Greater Manchester
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Lot 1 Nightly Paid provision
Description
Oldham Council is seeking to create a temporary accommodation (TA) framework for Nightly Paid consisting of highly skilled, socially aware and reputable providers to assist with the delivery of statutory temporary accommodation provision under Part VII of the Housing Act 1996.
The framework will be split into lots (please see below), bidders are able to bid for Lot one, Lot two or both l lots:
• Lot 1: Nightly Paid Provision Framework
Lot 1.1 - Bedsit accommodation
Lot 1.2 - One bed accommodation
Lot 1.3 - Two bed accommodation
Lot 1.4 - Three bed accommodation
Lot 1.5 - Four bed accommodation
Amongst other requirements which are detailed in the procurement documents providers
will be required to provide furniture packs for each unit made available, undertake their
own repairs and maintenance to the properties and certain landlord duties that provide for
a safe and comfortable environment.
Lot value (estimated)
- £35,000,000 excluding VAT
- £42,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 55250000 - Letting services of short-stay furnished accommodation
- 70210000 - Residential property renting or leasing services
- 70331000 - Residential property services
- 98341000 - Accommodation services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2: Private Sector Leasing - Supply of Residential Dwellings
Description
Providers seeking to identify suitable housing under Lot 2 would be given the opportunity to collaborate with the Council to increase the supply of self-contained residential dwellings through a variety of lease arrangements and operating models. Lot 2 is driven by outcomes with the core aim of increasing supply and access to suitable dwellings secured from both the social rented sector and private rented sector.
Lot value (estimated)
- £12,500,000 excluding VAT
- £15,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 70100000 - Real estate services with own property
- 70200000 - Renting or leasing services of own property
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
28 February 2031
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The objective of the selection process is to assess the responses to the tenders submitted and to then select a preferred bidder with the intention to appoint.
The tender evaluation exercise will seek to balance the issues of quality and price to ensure that the bidder chosen offers the best deal for the Council.
Upon receipt of formal tenders, the Council will be concerned to ensure that there has been full compliance with the ITT documents, and all necessary information has been supplied. The information supplied will be checked for completeness and compliance before responses are evaluated. The Council shall not be bound to accept the lowest price of any bid submitted.
Schedule 1 of the ITT Response Document will be marked on a pass/fail basis and this will entail conducting an independent financial credit check (via Company Watch) along with the taking up of references.
Schedule 2 and 3 of the ITT Response Document will be evaluated on the basis of the most advantageous offer to the Council.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Submission
Tender submission deadline
12 January 2026, 12:00pm
Submission address and any special instructions
https://procontract.due-north.com/Register
Reference - DN796466
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 February 2026
Recurring procurement
Publication date of next tender notice (estimated): 28 August 2030
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Price | Price | 50% |
| Quality | Quality | 40% |
| Social Value | Quality | 10% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
Maintaining a level playing field for all suppliers. Informal market engagement carried out.
Contracting authority
Oldham Metropolitan Borough Council
- Public Procurement Organisation Number: PMRJ-8362-DVNT
Spindles Shopping Centre, West Street
Oldham
OL1 1HD
United Kingdom
Region: UKD37 - Greater Manchester North East
Organisation type: Public authority - sub-central government