Planning

Commissioning Children's Homes in Hackney for Children Looked After

LONDON BOROUGH OF HACKNEY

This public procurement record has 3 releases in its history.

Planning

06 Feb 2026 at 11:36

PlanningUpdate

04 Feb 2026 at 17:27

Planning

03 Feb 2026 at 09:13

Summary of the contracting process

The London Borough of Hackney is in the planning stage to commission experienced providers for two new children's homes in Hackney, aimed at supporting children looked after between the ages of 11 and 17. This procurement, valued at £17,860,000 with a gross value of £21,432,000, falls under the health and social work services industry and follows an open procedure. The contract will last for a maximum of seven years with an initial period of five years starting on 1st July 2026. The tender, targeted specifically at providers with established OFSTED registered services, closes on 19th March 2026, with the awarding decision expected by 12th June 2026. The opportunity is open to both SMEs and VCSEs, with a strong emphasis on quality, which constitutes 70% of the evaluation criteria.

This tender represents a significant opportunity for established children's home providers with a track record of good or outstanding service delivery to expand their operations within Hackney. The contract offers a stable long-term partnership, providing growth through continuous service delivery over a potentially seven-year period. Successful bidders must demonstrate active OFSTED registration and experience in running similar facilities in England. This opportunity is ideally suited for businesses with robust operational structures and a commitment to high-quality residential care, looking to make an impactful contribution while capitalising on a substantial contract.

How relevant is this notice?

Notice Information

Notice Title

Commissioning Children's Homes in Hackney for Children Looked After

Notice Description

The London Borough of Hackney is looking to commission an experienced Children's Home provider to run and operate 2 new Children's Homes in Hackney out of Council owned properties. The home will accommodate a maximum of 6 children between them (in a 2 bed and 4 bed home), from the ages of 11 and 17. We recognise the exceptionally challenging staffing climate in relation to support work and residential care staff, as well as the complexities and challenges around OFSTED registration. As a result of this, our aim is to work in partnership with an experienced provider who is already delivering OFSTED registered children's homes services. Commissioning an experienced partner provider with an established staff and management pool, means that we are able to enhance the quality of experience and care for children looked after. We want to build a partnership with a provider who has a track record of delivering good and outstanding homes to help us deliver excellent services for children looked after in Hackney. The maximum duration of the contract will be seven years, comprising an initial period of five years with the option to extend for a further two years (5+1+1). Conditions of Participation: Providers will be required to meet 'conditions of participation' in order to have their entire bid evaluated . These are as detailed within the ITT and PSQ. Please refer to these documents to find further details which include: Providers will need to demonstrate that they have been operating children's homes in England for at least 2 years and hold current active OFSTED registration. We would particularly welcome applications from providers that have a track record in delivering good or outstanding homes. On the financial appraisal, we would seek that Providers have a Contract Turnover ratio of less than 50%, Eg: Annual Contract Value Total Annual Turnover

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0614f1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010870-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£17,860,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20263 days ago
Submission Deadline
19 Mar 20262 months to go
Future Notice Date
9 Feb 2026Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF HACKNEY
Contact Name
Claudette Lewis
Contact Email
claudette.lewis@hackney.gov.uk
Contact Phone
+44 2083563000

Buyer Location

Locality
HACKNEY
Postcode
E8 1DY
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
Not specified

Local Authority
Hackney
Electoral Ward
Hackney Central
Westminster Constituency
Hackney South and Shoreditch

Further Information

Notice Documents

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-0614f1-2026-02-06T11:36:56Z",
    "date": "2026-02-06T11:36:56Z",
    "ocid": "ocds-h6vhtk-0614f1",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "009263-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009263-2026",
                "datePublished": "2026-02-03T09:13:10Z",
                "format": "text/html"
            },
            {
                "id": "010203-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010203-2026",
                "datePublished": "2026-02-04T17:27:32Z",
                "format": "text/html"
            },
            {
                "id": "010870-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010870-2026",
                "datePublished": "2026-02-06T11:36:56Z",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PRZC-5592-DDDV",
            "name": "London Borough of Hackney",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRZC-5592-DDDV"
            },
            "address": {
                "streetAddress": "Hackney Service Centre",
                "locality": "Hackney",
                "postalCode": "E8 1DY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "name": "Claudette Lewis",
                "email": "claudette.lewis@hackney.gov.uk",
                "telephone": "+44 2083563000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hackney.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRZC-5592-DDDV",
        "name": "London Borough of Hackney"
    },
    "tender": {
        "id": "PRZC-5592-DDDV",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Commissioning Children's Homes in Hackney for Children Looked After",
        "description": "The London Borough of Hackney is looking to commission an experienced Children's Home provider to run and operate 2 new Children's Homes in Hackney out of Council owned properties. The home will accommodate a maximum of 6 children between them (in a 2 bed and 4 bed home), from the ages of 11 and 17. We recognise the exceptionally challenging staffing climate in relation to support work and residential care staff, as well as the complexities and challenges around OFSTED registration. As a result of this, our aim is to work in partnership with an experienced provider who is already delivering OFSTED registered children's homes services. Commissioning an experienced partner provider with an established staff and management pool, means that we are able to enhance the quality of experience and care for children looked after. We want to build a partnership with a provider who has a track record of delivering good and outstanding homes to help us deliver excellent services for children looked after in Hackney. The maximum duration of the contract will be seven years, comprising an initial period of five years with the option to extend for a further two years (5+1+1). Conditions of Participation: Providers will be required to meet 'conditions of participation' in order to have their entire bid evaluated . These are as detailed within the ITT and PSQ. Please refer to these documents to find further details which include: Providers will need to demonstrate that they have been operating children's homes in England for at least 2 years and hold current active OFSTED registration. We would particularly welcome applications from providers that have a track record in delivering good or outstanding homes. On the financial appraisal, we would seek that Providers have a Contract Turnover ratio of less than 50%, Eg: Annual Contract Value Total Annual Turnover",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 21432000,
            "amount": 17860000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2031-06-30T23:59:59+01:00"
                },
                "status": "planned",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "1",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "2",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-09T23:59:59+00:00"
        },
        "status": "planned",
        "aboveThreshold": true,
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "Tenders to be uploaded to the London Tenders Portal",
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-19T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-12T23:59:59+01:00"
        },
        "contractTerms": {
            "financialTerms": "As detailed within the Tender Pack."
        },
        "riskDetails": "Payment shall only be made to the Provider on production of detailed and satisfactory invoices (in a format that shall be agreed by the Authorised Officer) and on receipt of the performance and management information in relation to the quarter the invoice is submitted for. The Council shall pay all agreed invoices within 30 days of receipt. Any payments made in accordance with the contract are exclusive of VAT and VAT shall be added to any payments where appropriate."
    },
    "language": "en"
}