Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough Of Croydon
8 Mint Walk
Croydon
UK
E-mail: procurement@croydon.gov.uk
NUTS: UKI62
Internet address(es)
Main address: www.croydon.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/croydontenders/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SLCP Refresh 2025 - Residential and Independent Fostering Agency Provision
Reference number: LBC/TN/396
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The South London Commissioning Programme (SLCP) established a multi-provider agreement known as Approved Provider Panel Agreement (APPA) in June 2020 for the delivery of residential and IFA services for children and young people aged 0 - 18years.The APPA has been established under the Light Touch Regime (LTR); the procurement rules applicable to the procurement of health, social and other services listed at Schedule 3 of the Public Contracts Regulations 2015. This offers the flexibility to admit additional providers to increase capacity.This is the first refresh tender opportunity for suitably qualified providers to bid to join the APPA.The APPA has an initial term of 3 years with an option to extend for a further 5 years (2years +2years +1 year), unless otherwise terminated in line with the conditions of contract.The services under the APPA have been categorised
II.1.5) Estimated total value
Value excluding VAT:
700 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI62
Main site or place of performance:
II.2.4) Description of the procurement
THIS IS A TENDER OPPORTUNITY FOR NEW PROVIDERS TO BID TO JOIN AN EXISTING MULTI-PROVIDER CONTRACTUAL ARRANGEMENT.The South London Commissioning Programme (SLCP) established a multi-provider agreement known as Approved Provider Panel Agreement (APPA) in June 2020 for the delivery of residential and IFA services for children and young people aged 0 - 18years.The APPA has been established under the Light Touch Regime (LTR); the procurement rules applicable to the procurement of health, social and other services listed at Schedule 3 of the Public Contracts Regulations 2015. This offers the flexibility to admit additional providers to increase capacity.This is the first refresh tender opportunity for suitably qualified providers to bid to join the APPA.The APPA has an initial term of 3 years with an option to extend for a further 5 years (2years +2years +1 year), unless otherwise terminated in line with the conditions of contract.The services under the APPA have been categorised into Lot 1: Residential Child Care Provision [Sub-Lots: Standard and Specialist] and Lot 2: Independent Fostering Agency Provision [Sub-Lots: Standard, Specialist and Emergency].
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
700 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2025
End:
03/05/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/02/2025
Local time: 12:00
Place:
Intend
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
HM Courts and Tribunal Service
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any proceedings must be brought in the High Court of England and Wales.
VI.5) Date of dispatch of this notice
08/01/2025