Section one: Contracting authority
one.1) Name and addresses
LONDON BOROUGH OF NEWHAM
Newham Dockside,1000 Dockside Road
LONDON
E162QU
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
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
Commissioning Homes for Children Looked After and Care leavers PDPS
Reference number
Fusion Reference ITTN26 and ITTN24
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Newham wishes to establish a Pseudo-Dynamic Purchasing System (PDPS) for the supply of services in respect of children's externally commissioned care, accommodation and support services. The services include:
Lot 1: Provision of Semi-Independent Living Services
Lot 2: Provision of Children's Homes regulated by Ofsted
Lot 3: Provision of Supported Lodgings - to follow
Lot 4: Provision of Independent Fostering Agencies (IFA) regulated by Ofsted - to follow
These services will be available to looked after children and care leavers.
Potential Suppliers are invited to Tender for one or more of the Lots.
This PDPS is open for use to the following (and subject to Section 3 Scope of Agreement of LAC PDPS Agreement Processor):
• any Public Body outlined in either Part I or Part II of the Local Authorities (Goods and Services) (Public Bodies) Order 1972. Details of these can be found at http://www.legislation.gov.uk/uksi/1972/853/made
The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations.
The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (Suppliers).
The Authority has created a tender process outlined below, as part of the PDPS applying the award criteria specified in this contract notice.
Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT.
The Council is using the one stage procedure for admission onto the PDPS
The Light Touch PDPS will be conducted in staged Rounds. The initial Round for this Light Touch PDPS will close on 30/07/2021.
Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. The initial Round for this PDPS will be open for 35 calendar days. Following on from this, each Round will be open to new or previously unsuccessful Suppliers to submit their bid. A new Round will be opened within 48 hours (excluding bank holidays and weekends) of a Round closing. Please note from time to time there may be a further delay in opening a new Round within the stated 48 hours.
This means that applications can be submitted throughout the duration of the PDPS, but the Council will only process the applications as and when the round is closed. Please note the length of Rounds will vary throughout the lifetime of the PDPS.
The Council intends to publish further opportunities as part of its Rounds, during the lifetime of the PDPS, relating to Children's commissioned care, accommodation and support services, for example the Provision of Supported Lodgings and the Provision of Independent Fostering Agencies (IFA) regulated by Ofsted.
Further Rounds will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable
A Supplier wanting to join the PDPS will be required to apply through the Council's procurement e-tendering portal; Fusion.
Suppliers who are unsuccessful in a specific Round may apply to be admitted to the PDPS in a subsequent or later Round
The Council will add Potential Suppliers to the PDPS throughout its duration, providing Potential Suppliers meet the requirement as outlined in the ITT and submit an Application, which is found to be compliant.
This PDPS is open for an initial term of 4 years commencing on 25/06/2021 and ending on 24/06/2025 with the option to extend for a further 4 years
Estimated Total Aggregate Value for Newham across the lifetime of the PDPS is £182,790,000.00
Estimated Total Aggregate Value across all local authorities across the lifetime of the PDPS is £15,600,000,000.00
two.1.5) Estimated total value
Value excluding VAT: £15,600,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Semi-Independent Living Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 1 Semi-Independent Living Services -
Where looked after children aged 16 and over, live in a communal home with shared facilities with either staff on site or with floating support. Accommodation and support is provided.
The subcategories are:
1a Standard
1b High Needs
1c Independent Living with Floating Support - standalone
1d Independent Living with Floating Support -HMO/Shared accommodation
1e Floating Support
Estimated Total Aggregate Value for Newham across the lifetime of the PDPS for Lot 1 is £67,520,000.00
Estimated Total Aggregate Value across all local authorities across the lifetime of the PDPS for Lot 1 is £3,900,000,000.00.
We have divided this figure equally over the 4 lots for simplicity. The demand across Lots will fluctuate over the lifetime of the PDPS so this figure is indicative and dependent on all other local authorities joining the PDPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,900,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This PDPS is open for an initial term of 4 (four) years commencing on 25/06/2021 and ending on 24/06/2025 with the option to extend for a further 4 (four) years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Children's Homes regulated by Ofsted
Lot No
2
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 2: Children's homes regulated by Ofsted -
Residential care homes: where care and support is provided to looked after children in a registered children's home setting.
The subcategories are:
2a Group Children's Home
2b Solo Unit
Estimated Total Aggregate Value for Newham across the lifetime of the PDPS for Lot 2 is £69,120,000.00
Estimated Total Aggregate Value across all local authorities across the lifetime of the PDPS for Lot 2 is £3,900,000,000.00. We have divided this figure equally over the 4 lots for simplicity. The demand across Lots will fluctuate over the lifetime of the PDPS so this figure is indicative and dependent on all other local authorities joining the PDPS
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,900,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This PDPS is open for an initial term of 4 (four) years commencing on 25/06/2021 and ending on 24/06/2025 with the option to extend for a further 4 (four) years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Supported Lodgings
Lot No
3
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 3 Supported Lodgings -
Accommodation and support in a family home is provided to looked after children and care leavers aged 16 and over.
Further information will be included in tender documents at time of publication of this Lot.
Estimated Total Aggregate Value for Newham across the lifetime of the PDPS for Lot 3 is £1,680,000. This figure is indicative and based on the first year of spend extrapolated across the 8 years. However, the Authority anticipates an increase in the spend over the lifetime of the PDPS.
Estimated Total Aggregate Value across all local authorities across the lifetime of the PDPS for Lot 3 is £3,900,000,000.00. We have divided this figure equally over the 4 lots for simplicity. The demand across Lots will fluctuate over the lifetime of the PDPS so this figure is indicative and dependent on all other local authorities joining the PDPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,900,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This PDPS is open for an initial term of 4 (four) years commencing on 25/06/2021 and ending on 24/06/2025 with the option to extend for a further 4 (four) years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Independent Fostering Agencies (IFA) regulated by Ofsted
Lot No
4
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 4 - Independent Fostering Agencies (IFA) regulated by Ofsted
When a looked after child lives in a family home where care and support is provided.
Further information will be included in tender documents at time of publication of this Lot.
Estimated Total Aggregate Value for Newham across the lifetime of the PDPS for Lot 4 is £44,470,000.00
Estimated Total Aggregate Value across all local authorities across the lifetime of the PDPS for Lot 4 is £3,900,000,000.00. We have divided this figure equally over the 4 lots for simplicity. The demand across Lots will fluctuate over the lifetime of the PDPS so this figure is indicative and dependent on all other local authorities joining the PDPS
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,900,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This PDPS is open for an initial term of 4 (four) years commencing on 25/06/2021 and ending on 24/06/2025 with the option to extend for a further 4 (four) years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This PDPS is open for an initial term of 4 (four) years commencing on 25/06/2021 and ending on 24/06/2025 with the option to extend for a further 4 (four) years
This contract notice is for admission onto the PDPS.
Following the submission of Bids, the Council expects to undertake an evaluation process to identify which Bid is the most economically advantageous tender (MEAT) and will be put forward for consideration to be part of the Pseudo-DPS and will be able to bid to deliver any package of services through 'call off' or advertised via mini competition. Further details for call off and mini-competition are in (For further information please refer to schedule 3 in Attachment 14 Schedule 3 Call-Off Procedure)
This spend is based on the 2018/2019 S251 outturn return for the following lines, for private provision and voluntary provision expenditure. It does not include expenditure relating to own provision or other public providers;
3.1.1 Residential care:
3.1.2a Fostering services (excluding fees and allowances for local authority foster carers)
3.1.5 Other children looked after services
3.1.9 Leaving care support services
The above is an indication of possible levels of spend however all of the spend recorded under these lines within the S251 return do not relate to this PDPS.
It is recommended that Suppliers applying for Lot 1 Semi- Independent Living Services attend the Organisational Safeguarding training on 9th July. This will ensure that Suppliers are clear of the expectations in this area. If Suppliers are unable to attend, the training will be recorded and available on Fusion. Please contact CSC.Commissioning@newham.gov.uk by 8th July to register for the training.
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 229-565717
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 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
24 June 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand,
London
WC2A 2LL
Country
United Kingdom