Tender

SLCP Second Refresh 2021 - Residential and Independent Fostering Agency Provision

CROYDON COUNCIL

This public procurement record has 1 release in its history.

Tender

12 Oct 2022 at 11:15

Summary of the contracting process

The Croydon Council has issued a tender titled "SLCP Second Refresh 2021 - Residential and Independent Fostering Agency Provision" in the health and social work services industry category. The procurement process is at the tender stage, with a submission deadline of 14th November 2022. This tender opportunity is for 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.

This tender provides an opportunity for qualified providers to bid for services in Lot 1: Residential Child Care Provision and Lot 2: Independent Fostering Agency Provision. Businesses in England, Scotland, Wales, and Northern Ireland meeting specific quality standards can participate. Providers have the flexibility to bid for some or all of the lots and sub-lots listed. The Croydon Council is the buying organisation, and the procurement method is an open procedure. The contract duration for successful bidders is 1080 days for Lot 1 and 2880 days for Lot 2, offering prospects for long-term business growth and service provision.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SLCP Second Refresh 2021 - Residential and Independent Fostering Agency Provision

Notice 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.

Lot Information

Residential Child Care Provision

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.

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

Independent Fostering Agency Provision

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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037505
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028678-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
£350,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Oct 20223 years ago
Submission Deadline
14 Nov 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROYDON COUNCIL
Contact Name
Ms Reema Batish
Contact Email
reema.batish@croydon.gov.uk
Contact Phone
+44 2087266000

Buyer Location

Locality
CROYDON
Postcode
CR0 1EA
Post Town
Croydon
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI62 Croydon
Delivery Location
Not specified

Local Authority
Croydon
Electoral Ward
Fairfield
Westminster Constituency
Croydon West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-037505-2022-10-12T12:15:00+01:00",
    "date": "2022-10-12T12:15:00+01:00",
    "ocid": "ocds-h6vhtk-037505",
    "initiationType": "tender",
    "tender": {
        "id": "DN637246",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SLCP Second Refresh 2021 - Residential and Independent Fostering Agency Provision",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "title": "Residential Child Care Provision",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 350000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Providers have the option to bid for some or all of the lots and sub-lots listed."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Independent Fostering Agency Provision",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 350000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Providers have the option to bid for some or all of the Lots and sub-lots listed."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.londontenders.org",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Contract performance conditions have been set out in the procurement documents."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-11-14T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-11-14T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-11-14T12:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-45014",
            "name": "Croydon Council",
            "identifier": {
                "legalName": "Croydon Council"
            },
            "address": {
                "streetAddress": "3RD FLOOR, BWH",
                "locality": "CROYDON",
                "region": "UK",
                "postalCode": "cr0 1ea",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Reema Batish",
                "telephone": "+44 2087266000",
                "email": "reema.batish@croydon.gov.uk",
                "url": "http://www.londontenders.org"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.croydon.gov.uk",
                "buyerProfile": "http://www.croydon.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1267",
            "name": "Croydon Council",
            "identifier": {
                "legalName": "Croydon Council"
            },
            "address": {
                "streetAddress": "Bernard Weatherill House, 8 Mint Walk",
                "locality": "Croydon",
                "postalCode": "CR0 1EA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-45014",
        "name": "Croydon Council"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:481438-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}