External Fostering Placements for Essex County Council
To secure a range of effective, reliable and efficient independent fostering agencies to deliver external fostering placements. Multiple Lots.
United Kingdom-Chelmsford: Health and social work services
2018/S 158-362197
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Market Road
Chelmsford
CM1 1QH
United Kingdom
Telephone: +44 3457430430
E-mail: rachel.horne@essex.gov.uk
NUTS code: UKH3
Address of the buyer profile: www.essex.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
External Fostering Placements
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Essex County Council (“the Council”) is seeking to secure a range of effective, reliable and efficient independent fostering agencies to deliver external fostering placements to enable the Council to fulfil its statutory duties as a corporate parent under section 22 of the Children’s Act 1989. The overarching aim of this service is to provide a stable placement in suitable accommodation which supports young people to develop the requisite resilience, wellbeing, form positive relationships in preparation for their transition to adulthood and progression to independent living.
This procurement will be conducted under the light touch regime and incorporate the following four lots: Limited, Standard, Intensive and Parent and Child. Candidates are advised that this framework will incorporate a refresh mechanism to enable new entrants to apply to join the framework which is anticipated to be enacted at the 2 year anniversary or as required by ECC during its 4 year lifetime.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Limited
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex
II.2.4)Description of the procurement:
This lot is designed to secure suitable external fostering placements for children or young people with low to medium needs with no on-going challenging behaviours.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Standard
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex
II.2.4)Description of the procurement:
This lot is designed to secure suitable external fostering placements for children or young people with medium to high level needs; which may include, but not be limited to, a history of placement breakdowns, mental health needs, mild to moderate disabilities.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Intensive
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex
II.2.4)Description of the procurement:
This lot is designed to secure suitable external fostering placements for children and young people with significant levels of need, including but not limited to complex health needs or disabilities, exclusion from mainstream school, significant substance misuse.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Parent and Child
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex
II.2.4)Description of the procurement:
This lot is designed to secure suitable external fostering placements for a parent and child, or parent with 2 or more children or two parents and a child or 2 parents with 2 or more children together. These would include cases where there is a need for continuing assessment and on-going support.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As stated in the tender documentation — Prospective providers will be required to hold an Ofsted rating of at least good or outstanding to be eligible to join the framework.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
N/a
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Via BiP Delta
Electronic process — The commercial officer will conduct the opening process via the functionality within the e-sourcing portal. No postal responses or any submissions which are issued outside the electronic portal will be accepted.
Section VI: Complementary information
VI.1)Information about recurrence
21.11.2020
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Candidates are advised this procurement will be conducted via the Council’s e-tendering portal, BiP Delta, which can be located via the following website: https://www.delta-esourcing.com/
Please register for a user account to gain access to the procurement documentation for this opportunity.
The Council envisages that this procurement will be published on the aforementioned e-sourcing portal during the week commencing 28.8.2018.
In order to submit an effective expression of interest in this opportunity, candidates must utilise the functionality within the Council’s e-tendering portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3QXKW9S4BK
GO Reference: GO-2018814-PRO-13010914
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
C2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice: