Scope
Reference
ASCH-2425-001
Description
A Day Opportunity is defined as a service or community activity provided for the purpose of delivering outcomes specified in an individual's support plan.
Light Touch Open Framework for the provision of community-based activities for people over 18 and who are eligible for Adult Social Care support. This includes people with a Learning Disability and/or Autism, Mental Health needs, Physical Disabilities and Older People including those with dementia. In addition to meeting people's assessed social care needs, the focus of the activities is to facilitate the development of natural support networks and community participation within accessible community spaces.
The Council is conducting this procurement using a Competitive Flexible procedure to set up a Light Touch Open Framework in accordance with the requirements of the Act for the purpose of procuring the Services described further in the Specification.
There are no limits to the maximum number of suppliers on the framework.
The Council has fixed the prices of the Services procured under the Framework. The rate includes not only frontline staff costs but all other direct and indirect costs associated with the delivery of the service (excluding VAT).
Commercial tool
Establishes an open framework
Total value (estimated)
- £21,789,664 excluding VAT
- £26,147,597 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 31 May 2027
- Possible extension to 31 May 2033
- 7 years
Description of possible extension:
The framework will be re-opened annually during its term, in order to admit new suppliers. The Council have included the option to extend the term of successive frameworks by one year. The Council reserves the right to reopen the framework at the Council's discretion.
Main procurement category
Services
CPV classifications
- 85312100 - Daycare services
Contract locations
- UK - United Kingdom
Framework
Open framework scheme end date (estimated)
31 March 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The framework will be re-opened annually during its term, in order to admit new suppliers. The Council have included the option to extend the term of successive frameworks by one year. The Council reserves the right to reopen the framework at the Council's discretion.
This will be achieved by publishing a new tender notice inviting expressions of interest from potential suppliers for the provision of the Services under the existing framework.
The framework will continue on the same or substantially the same terms as this framework agreement and the competition will adopt the same or substantially the same conditions of participation and award criteria as those followed for the appointment of the Framework Providers. The Provider shall not be required to submit a tender and can remain on the framework unless otherwise they request to leave the framework with agreement between the parties.
Where providers are unsuccessful, they can apply to join again when the Framework is re-opened annually to gain a place.
The Council will award Call-Off Contracts without competition between providers on the Framework as fully described in the Call-off procedure which contains the brokerage process for the Services.
The Framework will be used for all placements made after the contract start date. Once a provider is on the Framework Agreement, call-off orders for new work will be placed with one of the awarded providers based on service user choice. The allocated worker will provide service users information about which services are available to meet their assessed needs, to allow people to exercise their choice. As part of this process when a referral is made, the Provider will undertake an assessment of the service user to ensure they can meet the required outcomes. Existing packages/placements will not be reprocured in order to limit disruption to current users. Where current providers are successful in joining the framework, existing day care packages will be brought under the framework at the point of annual review, should the service user wish to remain in their placement.
There are no limits to the maximum number of suppliers on the framework.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
12 December 2025, 11:59pm
Submission type
Tenders
Tender submission deadline
19 December 2025, 1:00pm
Submission address and any special instructions
London Tenders Portal will be used to administrate the procurement process, including for:
• Access to and issue of Procurement Selection Questionnaire (PSQ) and draft Invitation to Tender documentation
• Pre-tender submission clarification requests and response
• PSQ and Tender submission
• Tender opening and access to responses
• Post-tender submission clarification requests and response
• Award decision notification and feedback.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
27 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 19 November 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 85.00% |
| Social Value | Quality | 10.00% |
| Price | Price | 5.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
The Council will establish the Light Touch Framework Agreement via a Competitive Flexible Procedure two stage procurement process in accordance with the relevant regulations contained within the Procurement Act 23 that apply to Light Touch Contracts services and establishment & operation of Open Frameworks.
A two stage process is summarised below:
• Stage 1: Tenderers will complete a series of pass/fail questions and scored questions within the Procurement Specific Questionnaire to identify organisations meeting the Council's financial
standing requirements, technical capability and technical expertise.
• Stage 2: Successful shortlisted Tenderers will be invited to complete the Invitation to Tender which will include scored questions against the specified quality/technical, social value and price criteria and completion of tender documents.
In order to pass stage 1, suppliers must be located and delivered within the geographical boundary of Brent but can be provided outside of the borough in the following neighbouring boroughs: Barnet, Harrow, Ealing, Hammersmith and Fulham, Kensington and Chelsea, Westminster or Camden where required. This will accommodate customers who live near Brent's boundaries and for whom travel outside of the borough is convenient.
Contracting authority
London Borough of Brent
- Public Procurement Organisation Number: PQVJ-5248-JQQY
Brent Civic Centre
Wembley
HA9 0FJ
United Kingdom
Contact name: Bhavin Mistry
Telephone: 020 8937 3615
Email: procurement@brent.gov.uk
Website: http://www.brent.gov.uk/
Region: UKI72 - Brent
Organisation type: Public authority - sub-central government