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

Pan London Residential Family Assessment Centre Framework

  • First published: 14 October 2023
  • Last modified: 14 October 2023

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-040b57
Published by:
London Borough of Ealing
Authority ID:
AA21566
Publication date:
14 October 2023
Deadline date:
10 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract is for the provision of services provided by OFSTED Registered Residential Family Assessment Centres. Residential Family Assessment Centres provide:<br/><br/>I. Accommodation to parent(s) and their child(ren)<br/>II. An assessment of a parent’s capacity to respond to the needs of their child(ren), keep them safe and promote their wellbeing.<br/>III. Parent(s) with advice, guidance and counselling, as necessary<br/><br/>Context<br/>The Pan London Placement Commissioning Panel was established in 2020 to explore collaborative opportunities between London local authorities when commissioning services for children. Various workstreams were initiated to develop collaborative commissioning arrangements.<br/><br/>The Residential Family Assessment Centre workstream identified that London local authorities spend an estimated £8million per annum on residential parental assessments. Due to the relatively small and unpredictable nature of demand at the individual local authority level the decision was taken to explore a pan-London approach.<br/><br/>The aspiration is to develop a single procurement that all London local authorities utilise when procuring Residential Family Assessment Centres. This would deliver several benefits to local authorities and suppliers, including:<br/><br/>I. A common set of contractual terms and conditions to enable both parties to have clarity on what the service provides contractually thus avoiding disputes.<br/>II. The ability to block book services for exclusive use of London local authorities.<br/>III. The ability to clearly identify regional sufficiency requirements such as location of services and areas of specialism which in turn will enable commissioning of new services where required.<br/><br/>Based on our analysis of previous spend data we anticipate between £7.5m - £8.5m of annual spend through this framework

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Ealing

226 6700 70

14-16 Uxbridge Road, London

London

W5 2HL

UK

Contact person: Christine Baker

Telephone: +44 2088255122

E-mail: bakerc@ealing.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.ealing.gov.uk

Address of the buyer profile: www.ealing.gov.uk

I.1) Name and addresses

Commissioning Alliance

14 - 16 Uxbridge Road, Ealing

London

W5 2HR

UK

E-mail: commissioningalliance@ealing.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.commissioningalliance.co.uk

Address of the buyer profile: www.commissioningalliance.co.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://ealinglbc-atamis.my.site.com/login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://ealinglbc-atamis.my.site.com/login


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

Pan London Residential Family Assessment Centre Framework

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The contract is for the provision of services provided by OFSTED Registered Residential Family Assessment Centres.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  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:

UKI

II.2.4) Description of the procurement

The contract is for the provision of services provided by OFSTED Registered Residential Family Assessment Centres. Residential Family Assessment Centres provide:<br/><br/>I. Accommodation to parent(s) and their child(ren)<br/>II. An assessment of a parent’s capacity to respond to the needs of their child(ren), keep them safe and promote their wellbeing.<br/>III. Parent(s) with advice, guidance and counselling, as necessary<br/><br/>Context<br/>The Pan London Placement Commissioning Panel was established in 2020 to explore collaborative opportunities between London local authorities when commissioning services for children. Various workstreams were initiated to develop collaborative commissioning arrangements.<br/><br/>The Residential Family Assessment Centre workstream identified that London local authorities spend an estimated £8million per annum on residential parental assessments. Due to the relatively small and unpredictable nature of demand at the individual local authority level the decision was taken to explore a pan-London approach.<br/><br/>The aspiration is to develop a single procurement that all London local authorities utilise when procuring Residential Family Assessment Centres. This would deliver several benefits to local authorities and suppliers, including:<br/><br/>I. A common set of contractual terms and conditions to enable both parties to have clarity on what the service provides contractually thus avoiding disputes.<br/>II. The ability to block book services for exclusive use of London local authorities.<br/>III. The ability to clearly identify regional sufficiency requirements such as location of services and areas of specialism which in turn will enable commissioning of new services where required.<br/><br/>Based on our analysis of previous spend data we anticipate between £7.5m - £8.5m of annual spend through this framework

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Up to three possibilities of annual renewal

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/01/2024

Local time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/10/2023

Local time: 17:00

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

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

UK

Internet address(es)

URL: www.ealing.gov.uk

VI.4.2) Body responsible for mediation procedures

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

UK

Internet address(es)

URL: www.ealing.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

UK

Internet address(es)

URL: www.ealing.gov.uk

VI.5) Date of dispatch of this notice

12/10/2023

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:
bakerc@ealing.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.