Tender

SLCP Second Refresh 2021 - Residential and Independent Fostering Agency Provision

  • Croydon Council

F02: Contract notice

Notice identifier: 2022/S 000-028678

Procurement identifier (OCID): ocds-h6vhtk-037505

Published 12 October 2022, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Croydon Council

3RD FLOOR, BWH

CROYDON

cr0 1ea

Contact

Ms Reema Batish

Email

reema.batish@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.croydon.gov.uk

Buyer's address

http://www.croydon.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

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 Second Refresh 2021 - Residential and Independent Fostering Agency Provision

Reference number

DN637246

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.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.

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

Residential Child Care Provision

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £350,000,000

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

Duration in months

36

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: Yes

Description of options

Providers have the option to bid for some or all of the lots and sub-lots listed.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Independent Fostering Agency Provision

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £350,000,000

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

Duration in months

96

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: Yes

Description of options

Providers have the option to bid for some or all of the Lots and sub-lots listed.

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.1.1) 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.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions have been set out 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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 198-481438

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

Date

14 November 2022

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

14 November 2022

Local time

12:00pm


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

Croydon Council

Bernard Weatherill House, 8 Mint Walk

Croydon

CR0 1EA

Country

United Kingdom