Planning

Unaccompanied Asylum-Seeking Children (UASC) Support Services

HOME OFFICE

This public procurement record has 1 release in its history.

Planning

31 Mar 2026 at 08:16

Summary of the contracting process

The Home Office has issued a planned procurement notice for the provision of Support Services for Unaccompanied Asylum-Seeking Children (UASC), with the aim of meeting their immediate needs upon arrival in locations such as Kent, UK. This open procedure involves welfare and social work services, categorised under services, with a procurement value grossing £5.4 million. The notice was published on 31st March 2026. The tender process will proceed through an open procedure using the Jaggaer e-sourcing portal, with electronic submissions accepted until 19th June 2026, and the award is expected to be completed by 30th September 2026.

This tender presents substantial opportunities for businesses in welfare service provision, particularly those adept in social work and administrative social services. Small to medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are particularly encouraged to participate. Successful bidders will have the chance to engage in service delivery at various levels, including orientation sessions and potentially additional services such as signposting and referral support. Businesses with robust economic and organisational qualifications stand to benefit and expand their portfolios through this substantial contract, which offers prospective renewal and optional service expansions.

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

Notice Title

Unaccompanied Asylum-Seeking Children (UASC) Support Services

Notice Description

The Support Services for UASC ensure that their immediate needs are met upon arrival in Kent, or elsewhere, prior to entering the care of a local authority. Additionally, there is a need to ensure UASC have access to information and support to help them navigate the asylum process. The services will operate alongside, and in collaboration with the Authority and a range of other services and Authority suppliers to enable the effective operation of the system to manage and support UASC. It is recognised that service users may require only one, or a combination of these services at any given time. Therefore, all services areas must be available but would be delivered on an as-required basis, according to the needs of each individual case. The core service areas are: Service Area 1: Deliver Services at Kent Intake Unit (KIU) Service Area 2: Delivery of Future Orientation Sessions The content of this Notice, including the estimated contract value and indicative contract timelines, is subject to change.

Lot Information

Lot 1

Options: The Home Office may require, at a later date, that the winning Bidder provide the below services and all participating Bidders will be required to demonstrate capability to deliver the below in line with Schedule 2 Specification: Additional Service Area 3: Signposting, Advice and/or Referral Services.

Renewal: The Authority may. at its sole discretion, choose to exercise a future 12-months extension option if it deemed in its commercial best interests to do so.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067887
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029410-2026
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

85310000 - Social work services

85311300 - Welfare services for children and young people

85312000 - Social work services without accommodation

85312400 - Welfare services not delivered through residential institutions

85321000 - Administrative social services

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
£4,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20264 days ago
Submission Deadline
19 Jun 20263 months to go
Future Notice Date
18 May 20262 months to go
Award Date
Not specified
Contract Period
1 Jan 2027 - 31 Dec 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-067887-2026-03-31T09:16:17+01:00",
    "date": "2026-03-31T09:16:17+01:00",
    "ocid": "ocds-h6vhtk-067887",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "029410-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029410-2026",
                "datePublished": "2026-03-31T09:16:17+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PWGC-6513-PQLZ",
            "name": "Home Office",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWGC-6513-PQLZ"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "asylumsupportprocurementteam@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWGC-6513-PQLZ",
        "name": "Home Office"
    },
    "tender": {
        "id": "Project 19042",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Unaccompanied Asylum-Seeking Children (UASC) Support Services",
        "description": "The Support Services for UASC ensure that their immediate needs are met upon arrival in Kent, or elsewhere, prior to entering the care of a local authority. Additionally, there is a need to ensure UASC have access to information and support to help them navigate the asylum process. The services will operate alongside, and in collaboration with the Authority and a range of other services and Authority suppliers to enable the effective operation of the system to manage and support UASC. It is recognised that service users may require only one, or a combination of these services at any given time. Therefore, all services areas must be available but would be delivered on an as-required basis, according to the needs of each individual case. The core service areas are: Service Area 1: Deliver Services at Kent Intake Unit (KIU) Service Area 2: Delivery of Future Orientation Sessions The content of this Notice, including the estimated contract value and indicative contract timelines, is subject to change.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85311300",
                        "description": "Welfare services for children and young people"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85321000",
                        "description": "Administrative social services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312400",
                        "description": "Welfare services not delivered through residential institutions"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85310000",
                        "description": "Social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312000",
                        "description": "Social work services without accommodation"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 5400000,
            "amount": 4500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Jaggaer e-sourcing portal",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-06-19T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-09-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "planned",
                "value": {
                    "amountGross": 5400000,
                    "amount": 4500000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Authority will require Bidders to demonstrate their economic and financial standing as part of qualification criteria ."
                        },
                        {
                            "type": "technical",
                            "description": "Exact qualifications and standards for any personnel delivering the contract will be outlined in Schedule 2 Specification which interested suppliers willl have access to following signing of a Non-Disclosure Agreement (NDA). Further qualifications and standards at an organisational levle will be set out in qualification questions as part of the tender."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2029-12-31T23:59:59+00:00",
                    "maxExtentDate": "2030-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority may. at its sole discretion, choose to exercise a future 12-months extension option if it deemed in its commercial best interests to do so."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Home Office may require, at a later date, that the winning Bidder provide the below services and all participating Bidders will be required to demonstrate capability to deliver the below in line with Schedule 2 Specification: Additional Service Area 3: Signposting, Advice and/or Referral Services."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-05-18T23:59:59+01:00"
        }
    },
    "language": "en"
}