Section one: Contracting authority
one.1) Name and addresses
Croydon Council
3RD FLOOR, BWH
CROYDON
cr0 1ea
Contact
Ms Reema Batish
Telephone
+44 2087266000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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