Tender

SLCP Refresh 2025 - Residential and Independent Fostering Agency Provision

  • London Borough Of Croydon

F02: Contract notice

Notice identifier: 2025/S 000-000464

Procurement identifier (OCID): ocds-h6vhtk-04ce1e

Published 8 January 2025, 11:25am



Section one: Contracting authority

one.1) Name and addresses

London Borough Of Croydon

8 Mint Walk

Croydon

Email

procurement@croydon.gov.uk

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

www.croydon.gov.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SLCP Refresh 2025 - Residential and Independent Fostering Agency Provision

Reference number

LBC/TN/396

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £700,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.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].

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £700,000,000

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

Start date

1 May 2025

End date

3 May 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

10 February 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

10 February 2025

Local time

12:00pm

Place

Intend


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunal Service

London

Country

United Kingdom

six.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.