Tender

Cross Authority DPV Children's Independent Fostering Agencies (IFAs)

  • London Borough of Ealing

F02: Contract notice

Notice identifier: 2023/S 000-029128

Procurement identifier (OCID): ocds-h6vhtk-040781

Published 3 October 2023, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Contact

Preeti Virk

Email

virkp@ealing.gov.uk

Telephone

+44 2088256097

Country

United Kingdom

Region code

UKI - London

National registration number

226 6700 70

Internet address(es)

Main address

www.ealing.gov.uk

Buyer's address

www.ealing.gov.uk

one.3) Communication

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

https://wla.esourcingportal.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://wla.esourcingportal.com/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://wla.esourcingportal.com/

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

Cross Authority DPV Children's Independent Fostering Agencies (IFAs)

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Authorities seek to commission good quality foster care placements that meet needs of Children, through the DPV for registered IFA’s. The IFA’s will offer a variety of high-quality foster care homes that provide stability and effective safeguarding.

two.1.5) Estimated total value

Value excluding VAT: £1,600,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Contracting Authorities seek to commission good quality foster care Placements that meet the needs of the Children, through the DPV for registered IFA’s. The IFA’s will offer a variety of high-quality foster care homes that provide stability, effective safeguarding and meet the individual Children and young people’s needs and outcomes which will be identified in the Child’s Care Plan/Pathway Plan.

Foster care homes for our Children and young people will be required for all areas across London and the Home counties with the aim of keeping Children close to their communities.

All Placements and Services provided shall comply with all relevant Laws, Regulations and subsequent changes, which form the regulatory framework for fostering services. As a minimum this includes:

- Children’s Act 1989
- Fostering Services (England) Regulations 2011
- Care Planning and Fostering (Miscellaneous Amendments) Regulations 2015
- the Care Standards Act 2000 (CSA) for the conduct of fostering services.
- Statutory guidance on children who run away or go missing form care – January 2014.
- National Minimum Standards (NMS) for Fostering Services (2011).
- The Care Matters initiative, the Children and Young Persons Act 2008, the Care Leavers
- Staying Put: arrangements for Care Leavers aged 18 and above to stay on with their former Foster Carers.

We seek stable and high-quality foster care homes for Children that value, support and encourage them to grow and develop as individuals. In addition to promoting their health and general well-being the Provider needs to be committed to ensuring that their Foster Carers recognise the importance of the educational achievement of Children in Care and work with Contracting Authorities in raising their academic attainment.

The commissioning of this DPV seeks to achieve the following service objectives:

a) Improved Placement stability supported by effective and appropriate matching of Children and Foster Carers, ensuring that risks are clearly identified, enabling fostered Children to have a secure continuous family base which promotes family time, feel loved and able to enjoy their lives.
b) To have access to a wide range of Foster Carer homes from registered, good quality IFA’s enabling our sufficiency requirements to be met
c) To improve collaboration and partnership working with relevant stakeholders so that the Child, their needs, and outcomes are at the centre of the work.
d) The voice of the Child is heard and listened to ensuring appropriate consultation and participation in decision making where appropriate.
e) Effective and efficient communication to support finding loving homes for our Children.

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: £1,600,000,000

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

Start date

1 April 2024

End date

31 March 2028

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

1 November 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 October 2023

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)


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

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Country

United Kingdom

Internet address

www.ealing.gov.uk

six.4.2) Body responsible for mediation procedures

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Country

United Kingdom

Internet address

www.ealing.gov.uk

six.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

Country

United Kingdom

Internet address

www.ealing.gov.uk