Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SLCP Second Refresh 2021 - Residential and Independent Fostering Agency Provision

  • First published: 13 October 2022
  • Last modified: 13 October 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-037505
Published by:
Croydon Council
Authority ID:
AA39314
Publication date:
13 October 2022
Deadline date:
14 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
reema.batish@croydon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.