Tender

Strategic Partner to Operate 2 Residential Children's Homes in Bath & North East Somerset

BATH & NORTH EAST SOMERSET COUNCIL

This public procurement record has 5 releases in its history.

TenderUpdate

17 Mar 2026 at 12:58

Tender

11 Mar 2026 at 16:10

Planning

28 Nov 2025 at 10:11

PlanningUpdate

13 Oct 2025 at 12:57

Planning

13 Oct 2025 at 12:49

Summary of the contracting process

Bath & North East Somerset Council is seeking a strategic partner to operate two residential children's homes in Bath & North East Somerset. The initiative involves developing quality accommodation with support facilities for children aged 11-18, focusing on autism and complex social, emotional, and mental health needs. Located in Keynsham, adjacent to the new special school, the programme is currently in the tender stage with completion of public consultation and marked commencement of procurement to appoint operators. Providers are invited to submit responses by 24 April 2026, with the final award determined by 31 August 2026. The services are planned to commence on 1 September 2027.

This tender offers substantial business growth opportunities for operators of Ofsted Registered Residential Children's Homes skilled in providing care for children with autism and complex needs. Interested parties should ideally demonstrate proven experience in successfully achieving Ofsted Registration and delivering compliant and outcome-focused services. The competitive flexible procedure provides a structured path for experienced suppliers to negotiate and refine their proposals in collaboration with Bath & North East Somerset Council, encouraging comprehensive engagement and potential extension options up to three years, contingent on service quality and occupancy outcomes. This presents a lucrative opportunity for firms aiming to expand their reach and introduce innovative practices within children's residential care.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Strategic Partner to Operate 2 Residential Children's Homes in Bath & North East Somerset

Notice Description

B&NES Council has embarked on an ambitious project to deliver 2, 4-bed children's homes for children aged between 11 and 18 who have autism and complex needs associated with social, emotional and mental health needs. The homes will be co-located with, but entirely separate from, a new 30-place special school which will be operated by a single/multi-academy trust. It is anticipated that many, if not all, of the children will attend the co-located school. A building for both the homes and the school has been identified in Keynsham, by utilising the closure of the care home Charlton House (post code BS31 1BF) which is under the ownership and management of the LA. The programme to design and build the newly re-furbished, and bespoke, high-quality children's homes is underway. A public consultation was completed before Christmas, and we have commenced the procurement process to appoint contractors. B&NES Council is looking to commission a single provider to operate the two residential children's homes, working as a close, strategic partner to ensure that public money is utilised to provide quality, outcome focused provision. The two homes will each offer accommodation for four children/young people, with sleep-in staff provision, living and support spaces and a house garden. The services are expected to commence 1st September 2027. There is currently no SEND residential provision in B&NES that caters for our most complex and vulnerable children. Consultation with our parents and carers has highlighted the priority of bringing children closer to home and to their families. Many of the children in the residential homes will continue to have close contact and relationships with their families. By providing these homes in the local area, parents/carers can remain fully involved in all aspects of their child's care for example attending all medical appointments, meetings in person etc. Charlton House is also a five-minute walk away from the social care teams based at Keynsham. It is adjacent to a range of local amenities and activities allowing opportunities for socialisation and for engagement with the wider community. All of which will the improve safety and wellbeing of the children and young people and enhance preparation for adulthood. Potential providers must already operate existing Ofsted Registered Residential Children's Homes to demonstrate their knowledge and competence of successfully achieving Ofsted Registration and delivering an Ofsted compliant service, and be able to demonstrate specialist experience, qualification and knowledge regarding the care of children and young people with Autism and complex needs. In addition to the public consultation https://www.bathnes.gov.uk/charlton-house-homes-and-special-school, we have also held a number of market engagement events (presentations available with tender documentation). Note that the published contract value is a maximum value based on the full contract term (including full extension), based on 100% occupancy of both homes and includes an estimation of additional costs to meet individual care needs.

Lot Information

Lot 1

Renewal: The contract has an option to extend for a further period or periods up to 3 years. Note that the published contract value is a maximum value based on the full contract term (including full extension), based on 100% occupancy of both homes and includes an estimation of additional costs to meet individual care needs.

Planning Information

Following a successful market engagement session on the 22nd of October 2025, we have planned a follow up workshop with potential providers of the children's homes. The workshop will be in-person on Tuesday 9th of December between 1 - 3 pm at The Civic Centre, Market Walk, Keynsham, BS31 1FS It will provide an opportunity to explore the following in more detail: 1: Focus on service delivery, building configuration, and quality of life for young people. 2: Focus on tender requirements, staffing, occupancy, costs, and provider expectations. Please register your interest in attending this event by responding to: Education_Commissioning@BATHNES.GOV.UK If you are interested in understanding more about the commissioning intentions and would like a discussion ahead of this event, please contact the Head of Education Commissioning: olwyn_donnelly@bathnes.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ae47
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024024-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85311000 - Social work services with accommodation

Notice Value(s)

Tender Value
£34,800,000 £10M-£100M
Lots Value
£34,800,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20261 months ago
Submission Deadline
24 Apr 2026Expired
Future Notice Date
31 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2036 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BATH & NORTH EAST SOMERSET COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BATH
Postcode
BA1 5AW
Post Town
Bath
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK South West (England), TLK1 Gloucestershire, Wiltshire and Bristol/Bath area, TLK12 Bath and North East Somerset, North Somerset and South Gloucestershire

Local Authority
Bath and North East Somerset
Electoral Ward
Kingsmead
Westminster Constituency
Bath

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05ae47-2026-03-17T12:58:39Z",
    "date": "2026-03-17T12:58:39Z",
    "ocid": "ocds-h6vhtk-05ae47",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLVH-3287-JWJV",
            "name": "Bath & North East Somerset Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLVH-3287-JWJV"
            },
            "address": {
                "streetAddress": "The Guildhall",
                "locality": "Bath",
                "postalCode": "BA1 5AW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "procurement@bathnes.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLVH-3287-JWJV",
        "name": "Bath & North East Somerset Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Following a successful market engagement session on the 22nd of October 2025, we have planned a follow up workshop with potential providers of the children's homes. The workshop will be in-person on Tuesday 9th of December between 1 - 3 pm at The Civic Centre, Market Walk, Keynsham, BS31 1FS It will provide an opportunity to explore the following in more detail: 1: Focus on service delivery, building configuration, and quality of life for young people. 2: Focus on tender requirements, staffing, occupancy, costs, and provider expectations. Please register your interest in attending this event by responding to: Education_Commissioning@BATHNES.GOV.UK If you are interested in understanding more about the commissioning intentions and would like a discussion ahead of this event, please contact the Head of Education Commissioning: olwyn_donnelly@bathnes.gov.uk",
                "dueDate": "2025-12-31T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "064768-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/064768-2025",
                "datePublished": "2025-10-13T13:49:07+01:00",
                "format": "text/html"
            },
            {
                "id": "064779-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/064779-2025",
                "datePublished": "2025-10-13T13:57:39+01:00",
                "format": "text/html"
            },
            {
                "id": "077967-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077967-2025",
                "datePublished": "2025-11-28T10:11:33Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN793708",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Strategic Partner to Operate 2 Residential Children's Homes in Bath & North East Somerset",
        "description": "B&NES Council has embarked on an ambitious project to deliver 2, 4-bed children's homes for children aged between 11 and 18 who have autism and complex needs associated with social, emotional and mental health needs. The homes will be co-located with, but entirely separate from, a new 30-place special school which will be operated by a single/multi-academy trust. It is anticipated that many, if not all, of the children will attend the co-located school. A building for both the homes and the school has been identified in Keynsham, by utilising the closure of the care home Charlton House (post code BS31 1BF) which is under the ownership and management of the LA. The programme to design and build the newly re-furbished, and bespoke, high-quality children's homes is underway. A public consultation was completed before Christmas, and we have commenced the procurement process to appoint contractors. B&NES Council is looking to commission a single provider to operate the two residential children's homes, working as a close, strategic partner to ensure that public money is utilised to provide quality, outcome focused provision. The two homes will each offer accommodation for four children/young people, with sleep-in staff provision, living and support spaces and a house garden. The services are expected to commence 1st September 2027. There is currently no SEND residential provision in B&NES that caters for our most complex and vulnerable children. Consultation with our parents and carers has highlighted the priority of bringing children closer to home and to their families. Many of the children in the residential homes will continue to have close contact and relationships with their families. By providing these homes in the local area, parents/carers can remain fully involved in all aspects of their child's care for example attending all medical appointments, meetings in person etc. Charlton House is also a five-minute walk away from the social care teams based at Keynsham. It is adjacent to a range of local amenities and activities allowing opportunities for socialisation and for engagement with the wider community. All of which will the improve safety and wellbeing of the children and young people and enhance preparation for adulthood. Potential providers must already operate existing Ofsted Registered Residential Children's Homes to demonstrate their knowledge and competence of successfully achieving Ofsted Registration and delivering an Ofsted compliant service, and be able to demonstrate specialist experience, qualification and knowledge regarding the care of children and young people with Autism and complex needs. In addition to the public consultation https://www.bathnes.gov.uk/charlton-house-homes-and-special-school, we have also held a number of market engagement events (presentations available with tender documentation). Note that the published contract value is a maximum value based on the full contract term (including full extension), based on 100% occupancy of both homes and includes an estimation of additional costs to meet individual care needs.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85311000",
                        "description": "Social work services with accommodation"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK12",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK12",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 41760000,
            "amount": 34800000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2036-08-31T23:59:59+01:00",
                    "maxExtentDate": "2039-08-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 41760000,
                    "amount": 34800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Detailed quality criteria are set out in the tender documents These are the criteria to be used in Stage 1 of the Competitive Flexible Procedure, where the Council proceeds with Stage 2 the criteria for that stage will be confirmed when Final Tenders are invited.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Detailed price criteria are set out in the tender documents These are the criteria to be used in Stage 1 of the Competitive Flexible Procedure, where the Council proceeds with Stage 2 the criteria for that stage will be confirmed when Final Tenders are invited.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Detailed quality criteria are set out in the tender documents These are the criteria to be used in Stage 1 of the Competitive Flexible Procedure, where the Council proceeds with Stage 2 the criteria for that stage will be confirmed when Final Tenders are invited.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Detailed price criteria are set out in the tender documents These are the criteria to be used in Stage 1 of the Competitive Flexible Procedure, where the Council proceeds with Stage 2 the criteria for that stage will be confirmed when Final Tenders are invited.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The conditions of participation are set out in the tender documents The full conditions of participation are set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "The full conditions of participation are set out in the tender documents. Suppliers will need to provide up to three relevant contract examples and demonstrates experience relevant to the subject matter of the contract and a proven track record of supporting children who present with significant SEMH needs, including trauma-related behaviours, attachment difficulties, emotional dysregulation, and high-risk behaviours. Suppliers must demonstrate that they meet the required standards in relation to Ofsted by submitting the URN information required Suppliers must provide evidence that no more than 50% of their residential children homes have an OFSTED inadequate rating."
                        },
                        {
                            "type": "economic",
                            "description": "The conditions of participation are set out in the tender documents The full conditions of participation are set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "The full conditions of participation are set out in the tender documents. Suppliers will need to provide up to three relevant contract examples and demonstrates experience relevant to the subject matter of the contract and a proven track record of supporting children who present with significant SEMH needs, including trauma-related behaviours, attachment difficulties, emotional dysregulation, and high-risk behaviours. Suppliers must demonstrate that they meet the required standards in relation to Ofsted by submitting the URN information required Suppliers must provide evidence that no more than 50% of their residential children homes have an OFSTED inadequate rating."
                        }
                    ]
                },
                "renewal": {
                    "description": "The contract has an option to extend for a further period or periods up to 3 years. Note that the published contract value is a maximum value based on the full contract term (including full extension), based on 100% occupancy of both homes and includes an estimation of additional costs to meet individual care needs."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-31T23:59:59Z"
        },
        "status": "active",
        "amendments": [
            {
                "id": "064779-2025",
                "description": "Contract values incorrectly entered. Correct values are PS26,000,000 (excluding VAT) and PS31,200,000 (including VAT)"
            },
            {
                "id": "024024-2026",
                "description": "Deadline for clarification questions amended to 29/03/2026 at midnight"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This competitive flexible procedure may be conducted in two stages. The two stages are described in more detail below. Stage 1: Submission of PSQ and Initial Tender and Evaluation Stage 1 commenced with the issuing of a Tender Notice. Suppliers will submit the response to the PSQ with any required attachments AND the Initial Tender. The council will check Supplier's Initial Tender and PSQ Response for completeness and compliance with the instructions and requirements set out in this document and the other documents associated with the Procurement. The council will assess first the PSQ which contains questions assessing whether the Tenderer meets the council's Conditions of Participation in order to be considered capable of delivering the contract. The PSQ includes both minimum pass/fail requirements and qualitative questions designed to assess the Tenderers' experience and capabilities that are specific to this procurement. Suppliers who successfully meet all pass/fail criteria and achieve a minimum score of 2 on each scored question will advance to step 2, where their tenders will be assessed. Conversely, any supplier who fails any pass/fail question or receives a score of 0 or 1 on any scored PSQ question will be excluded from the process at this stage. The council will assess Initial Tenders of those suppliers that passed the PSQ Conditions of Participation in line with paragraph 10.8 of the Invitation to Tender. Following the evaluation of the suppliers' Initial Tender, the Council may either award the contract on Initial Tender or enter into negotiations with the top two ranking suppliers. The decision on this will be the Council's responsibility and this decision will be final. The Council reserve the right to award the contract on the basis of Initial Tender where: * The Initial Tender is complete in all respects, has been reviewed for compliance and is capable of assessment. * The Initial Tender has been evaluated by the Council in accordance with the published Evaluation Methodology and in accordance with 'The assessment process and award criteria' and the top supplier has achieved a minimum quality score as set out in the Minimum Quality Score Requirements of this ITT; and * The draft contract is capable of being awarded without negotiation. If the Council decides to award the Contract following evaluation of Initial Tenders it will notify suppliers and provide assessment summaries, in accordance with the requirements of the Act. If the Council decides to enter into negotiations, it will invite the two highest-ranking suppliers based on evaluation of the Initial Tenders. Prior to commencement of the negotiation stage, the Council will notify the suppliers who will not be invited to participate in negotiations of its intention to commence the negotiation stage and provide an explanation of the assessment of their Tender against the relevant award criteria, in accordance with the requirements of the Act. Stage 2: Invitation to negotiate and submit a final tender The negotiation stage may consist of one or more negotiations meetings. See the Procurement Timetable for potential weeks/dates for attending virtual/and or face to face sessions. When inviting the top two highest-ranking suppliers to negotiations meetings, the Council will issue: a) Details of the attendees, location, date and time for negotiations. b) A Negotiation Questions Document (NQD) highlighting areas for discussion. c) A template for Suppliers to ask questions or areas for discussion with the Council and timeline for submission of this. Both documents mentioned in a. and b. aim to make the negotiation meetings as productive as possible for both the Council and the Supplier. When the Council intends to conclude the negotiations, it will notify suppliers confirming the closure of the negotiations and invite the suppliers to submit their Final Tender. The Final Tender must be submitted in accordance with the timetable and instructions set out in the Invitation to Tender and any additional information provided in the Invitation to Submit Final Tenders. After the deadline for submission, the Council will evaluate the Final Tenders in line with the assessment process set out in the Invitation to Submit Final Tenders, to identify the most advantageous tender."
        },
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=1d7638b6-de13-f111-813c-005056b64545 https://procontract.due-north.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-24T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-29T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-31T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "021953-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021953-2026",
                "datePublished": "2026-03-11T16:10:48Z",
                "format": "text/html"
            },
            {
                "id": "024024-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024024-2026",
                "datePublished": "2026-03-17T12:58:39Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}