Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Croydon Council
3RD FLOOR, BWH
CROYDON
cr0 1ea
UK
Contact person: Ms Reema Batish
Telephone: +44 2087266000
E-mail: reema.batish@croydon.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.croydon.gov.uk
Address of the buyer profile: http://www.croydon.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.londontenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.londontenders.org
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 Second Refresh 2021 - Residential and Independent Fostering Agency Provision
Reference number: DN637246
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
This is the second refresh tender opportunity for suitably qualified providers to bid to join an existing contractual arrangement for the delivery of residential and independent fostering agency services for children and young people aged 0 — 18 years. The arrangement is known as Approved Provider Panel Agreement (APPA) and has an initial term of 3 years with an option to extend for a further 5 years (2 years +2 years +1 year), unless otherwise terminated in line with the conditions of contract.
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.
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].
Applicants have the option to bid for services in Lot 1, Lot 2 or both.
The tender opportunity is open to providers in England: rated ‘Good or ‘Outstanding’ by Ofsted, Providers in Scotland: rated ‘good’, ‘very good’ or ‘outstanding’ by the Scottish Care Inspectorate, Providers in Wales: registered with the Wales Care Inspectorate and Providers in Northern Ireland registered with the Northern Ireland Regulation and Quality Improvement Authority (NIRQIA).
The APPA will be accessed by the London Boroughs of Croydon and Lambeth. In time, the APPA may be accessed by the London Boroughs of Bromley, Richmond, Wandsworth and Kingston.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Residential Child Care Provision
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Residential Child Care Provision have been categorised into:
(a) standard provision [standard placements]
(b) specialist provision [disabilities placements, solo placements].
Age bands for pricing are Under 1, 1- 4 years, 5-9 years, 10-15 years and 16-18 years.
The tender opportunity is open to Providers in England: rated ‘Good or ‘Outstanding’ by Ofsted, Providers in Scotland: rated ‘good’, ‘very good’ or ‘outstanding’ by the Scottish Care Inspectorate, Providers in Wales: registered with the Wales Care Inspectorate and Providers in Northern Ireland registered with the Northern Ireland Regulation and Quality Improvement Authority (NIRQIA).
The Council may periodically re-open the APPA to admit new providers as approved providers. Where the Council decides to reopen the APPA it shall do so on the basis of the selection criteria as outlined in the Council’s original ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
350 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
Description of options:
Providers have the option to bid for some or all of the lots and sub-lots listed.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Independent Fostering Agency Provision
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Independent Fostering Agency Provision has been subcategorised into:
(a) standard provision
(b) specialist provision [disabilities placements, parent and child placements, solo placements, remand placements]
(c) emergency provision.
Age bands for pricing are Under 1, 1- 4 years, 5-9 years, 10-15 years and 16-18 years.
The tender opportunity is open to Providers in England: rated ‘Good or ‘Outstanding’ by Ofsted, Providers in Scotland: rated ‘good’, ‘very good’ or ‘outstanding’ by the Scottish Care Inspectorate, Providers in Wales: registered with the Wales Care Inspectorate and Providers in Northern Ireland registered with the Northern Ireland Regulation and Quality Improvement Authority (NIRQIA).
The Council may periodically re-open the APPA to admit new providers as Approved Providers. Where theCouncil decides to reopen the APPA it shall do so on the basis of the selection criteria as outlined in theCouncil’s original ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
350 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
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:
Yes
Description of options:
Providers have the option to bid for some or all of the Lots and sub-lots listed.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
Applicants in England must be registered with Ofsted as either a:
— a residential care provider for children/young people
— an Independent Fostering Agency for children/young people
— qualifying organisations must have an overall Ofsted judgement of Outstanding and/or Good
— qualifying criteria for providers in Wales, Scotland and Northern Ireland are set out in the tender documents.
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
III.2.2) Contract performance conditions
Contract performance conditions have been set out in the procurement documents.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 198-481438
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/11/2022
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:
14/11/2022
Local time: 12:00
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
Croydon Council
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
UK
VI.5) Date of dispatch of this notice
12/10/2022