Notice Information
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 ProvisionIndependent 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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}