- Lot 1a. Learning Disability and/or Neuro Diverse Residential
- Lot 1b. Learning Disability and/or Neuro Diverse Supported Living
- Lot 2a. Mental Health Residential
- Lot 2b. Mental Health Supported Living
- Lot 3a. Physical Disability and/or Brain Acquired Injury Residential
- Lot 3b. Physical Disability and/or Brain Acquired Injury Supported Living
Scope
Reference
CPU24-25-20
Description
Tenders are invited from suitably experienced and qualified Service Providers who wish to secure a place on an Open Framework for Supported Living and Residential Services. Spot purchase arrangements may be made either individually or collaboratively by Neath Port Talbot Council, the City and County of Swansea Council, and Swansea Bay University Health Board. Nursing care may be available across each Residential Lot (i.e., 1a, 2a, or 3a).
The Framework serves in part to meet West Glamorgan's collective response to the Social Services and Well-being (Wales) Act 2014 by supporting individuals in ways that would promote greater independence, choice and control and encourage for some, progression, and recovery and is being procured as a 'light touch' framework and therefore not obliged to follow all the obligations contained within the Procurement Act 2023.
The Framework consists of the following lots -
1a Learning Disability and/or Neuro Diverse Residential
1b Learning Disability and/or Neuro Diverse Supported Living
2a Mental Health Residential.
2b Mental Health Supported Living
3a Physical Disability and/or Brain Acquired Injury Residential
3b Physical Disability and/or Brain Acquired Injury Supported Living
Commissioners are particularly interested in attracting service providers who can offer more specialist support for individuals who may be more complex or have more specialist needs.
The Framework may be used by Neath Port Talbot Council, the City and County of Swansea Council, or Swansea Bay University Health Board (SBUHB) to refer individuals with Residential or Supported Living needs. This includes people who may have complex and/or challenging needs, such as those in receipt of Continuing Healthcare (CHC) or whose care is supported through a Section 117 arrangement. In addition, some individuals living in these schemes may have primary or secondary mental health needs or physical disabilities.
The Tender will take the form of an open framework (a scheme of successive frameworks) up to eight years in duration, the first framework being a maximum of three years and the second a maximum of five years.
There are no TUPE implications to be awarded onto the framework.
The estimating activity and spend for 8 years can be challenging, and the estimated spend and predicted volume figures with this Invitation to Tender should be regarded as best endeavours only given what is currently believed as likely demand and cannot therefore be guaranteed.
Commercial tool
Establishes an open framework
Total value (estimated)
- £252,633,937 excluding VAT
- £303,160,724 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 30 May 2034
- 7 years, 11 months, 30 days
Main procurement category
Services
CPV classifications
- 85000000 - Health and social work services
Contract locations
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Lot constraints
Description of how multiple lots may be awarded:
There are no restrictions on the number of lots a provider can bid for or be awarded.
Lot 1a. Learning Disability and/or Neuro Diverse Residential
Description
Lot 1a - Learning Disability and/or Neuro Diverse Residential
Lot value (estimated)
- £93,994,757 excluding VAT
- £112,793,706 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 1b. Learning Disability and/or Neuro Diverse Supported Living
Description
Lot 1b - Learning Disability and/or Neuro Diverse Supported Living
Lot value (estimated)
- £43,747,859 excluding VAT
- £52,497,431 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2a. Mental Health Residential
Description
Lot 2a - Mental Health Residential
Lot value (estimated)
- £66,001,979 excluding VAT
- £79,202,375 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2b. Mental Health Supported Living
Description
Lot 2b - Mental Health Supported Living
Lot value (estimated)
- £27,999,010 excluding VAT
- £33,598,812 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3a. Physical Disability and/or Brain Acquired Injury Residential
Description
Lot 3a - Physical Disability and/or Brain Acquired Injury Residential
Lot value (estimated)
- £10,833,333 excluding VAT
- £13,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3b. Physical Disability and/or Brain Acquired Injury Supported Living
Description
Lot 3b - Physical Disability and/or Brain Acquired Injury Supported Living
Lot value (estimated)
- £10,062,000 excluding VAT
- £12,074,400 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, 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)
31 May 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
In order to respond to and have the ability to quickly turnaround requirements to meet service user needs the Call-off process will be undertaken for all Lots by way of:-
• Direct Award without Competition
Noting this is a light touch framework of the Procurement Act 2023, Section 45(9) of the said Act removes the requirement for competition between suppliers on a light touch framework in all circumstances.
Or
• Direct Award - User Choice
Award method when using the framework
Without competition
Contracting authorities that may use the framework
City & County of Swansea
Swansea Bay University Health Board
Contracting authority location restrictions
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Participation
Particular suitability
Lot 1a. Learning Disability and/or Neuro Diverse Residential
Lot 1b. Learning Disability and/or Neuro Diverse Supported Living
Lot 2a. Mental Health Residential
Lot 2b. Mental Health Supported Living
Lot 3a. Physical Disability and/or Brain Acquired Injury Residential
Lot 3b. Physical Disability and/or Brain Acquired Injury Supported Living
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
26 January 2026, 12:00pm
Tender submission deadline
2 February 2026, 12:00pm
Submission address and any special instructions
electronic submission of tenders and requests to participate on etenderwales at:
https://etenderwales.bravosolution.co.uk/home.html
Suppliers' Instructions 'How to Express Interest in this ITT':
1. Register your company on the etenderwales portal (this is required only once. However if your details have changed since you registered you will need to up-date them).
- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk
- Click the 'Suppliers register here' link.
- Complete the 'Organisation Details' and 'User Details' sections.
- Note the username you choose and click 'save' when complete.
- You will shortly receive and email with your unique password (please keep this secure).
- Agree to the terms and conditions and click 'continue'.
2. Express an interest in the ITT.
- Login to the portal with the username / password.
- Click the 'ITT Open to all Suppliers' link.
- Alternatively, search for the relevant ITT (itt_112650).
- Click on the relevant ITT to access the content.
- Click the 'Express Interest' button on the right-hand side of the screen.
- This will move the ITT into your 'My ITT pages'. (This is a secure area reserved for your projects only.)
- Click on the ITT code, you can now access any attachments by selecting 'Buyer Attachments'.
3. Responding to the ITT.
- You can now choose to 'Respond' or 'Decline to Respond' (please give a reason if declining).
- Note the 'Closing Date', and then follow the onscreen instructions to complete the ITT.
- There is help available Monday - Friday (8am - 6pm) on: help@bravosolution.co.uk or by telephone on 0800 069 8634.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
13 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 31 March 2028
Award criteria
Lot 1a. Learning Disability and/or Neuro Diverse Residential
Lot 1b. Learning Disability and/or Neuro Diverse Supported Living
| Name | Type | Weighting |
|---|---|---|
| Younger Placements | Quality | 30.00% |
| Positive Behaviour Support | Quality | 30.00% |
| Balanced Risk Taking | Quality | 30.00% |
| Social Value | Quality | 10.00% |
Lot 2a. Mental Health Residential
Lot 2b. Mental Health Supported Living
| Name | Type | Weighting |
|---|---|---|
| Trauma Informed Working | Quality | 30.00% |
| Substance Use | Quality | 30.00% |
| Achieving Recovery/Outcomes | Quality | 30.00% |
| Social Value | Quality | 10.00% |
Lot 3a. Physical Disability and/or Brain Acquired Injury Residential
Lot 3b. Physical Disability and/or Brain Acquired Injury Supported Living
| Name | Type | Weighting |
|---|---|---|
| Achieving Outcomes | Quality | 30.00% |
| Quality & Conformity to Contract | Quality | 30.00% |
| Community Engagement | Quality | 30.00% |
| Social Value | Quality | 10.00% |
Other information
Description of risks to contract performance
Supplier Risks: -
Inadequate number of suppliers for some Lots
Inadequate anticipated volumes going through the Framework for the tender to be attractive to bidders.
Suppliers leaving the Framework
Contractual Risks:-
Following Call Off, providers become insolvent or close for some reason.
Quality Assurance:-
Providers may be under some form of Provider Performance with Host Authority/Regulators
Providers not being transparent and honest when completing the Essential Criteria.
Stakeholder Risks:-
Misalignment of expectations. Stakeholders have differing expectations around service delivery, outcomes or responsibilities.
Unclear roles and responsibilities between stakeholders (e.g. between health and social care bodies).
Sustainability Risks:-
Framework arrangement may be too long (up to 8 years) and the market may have changed requiring a different approach.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Light touch
Justification for not publishing a preliminary market engagement notice
Longer tender return period incorporated into process.
Contracting authorities
Neath Port Talbot County Borough Council
- Public Procurement Organisation Number: PRGM-1776-LMWP
Civic Centre
Port Talbot
SA13 1PJ
United Kingdom
Region: UKL17 - Bridgend and Neath Port Talbot
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales
City & County of Swansea
- Public Procurement Organisation Number: PYYD-8699-BJGD
Civic Centre, Oystermouth Road
Swansea
SA1 3SN
United Kingdom
Email: gemma.jordan@swansea.gov.uk
Region: UKL18 - Swansea
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales
Swansea Bay University Health Board
- Public Procurement Organisation Number: PTNV-7472-GRTW
1 Talbot Gateway, Baglan Energy Park,
Baglan, Port Talbot
SA12 7BR
United Kingdom
Email: melanie.blake@wales.nhs.uk
Region: UKL17 - Bridgend and Neath Port Talbot
Organisation type: Public authority - central government
Devolved regulations that apply: Wales