Notice Information
Notice Title
Resettlement Support Services
Notice Description
An innovative, trauma-informed service that provides place-based, person-centred support. The service will provide advice and guidance to assist persons with recourse to public funds arriving through all government managed resettlement schemes or granted leave to remain via the asylum systems. The aim of the service will be to support individuals to settle and integrate into the host community. We envision the outcomes of this contract to be to: assist service users to meet their aspirations and feel socially included, build on a persons' assets and attributes to enable them to participate and contribute fully in society
Lot Information
Lot 1
The services are health and social care services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). We engaged with providers to work collaboratively as partnerships who have the capability and capacity to take part in the delivery. The EOIs received and the market engagement activities were used to help the Commissioners finalise their commissioning and contracting approach for these services, as well as, to inform the decision on whether to proceed to a procurement process directly with the engaged parties. The procurement process consisted of two stages: (1) Stage 1 - Suitability Assessment - The aim of this stage was to test the capability and capacity of potential provider collaborations and to identify whether there was more than one capable provider partnership. The evaluation criteria for this pass/fail Suitability Assessment was set out in procurement documents were issued to the engaged parties; (2) Stage 2 was: A partnership "Assurance Process" with a single group, as only one capable provider partnership was identified at Stage 1. The evaluation criteria for Stage 2 was set out in the procurement documents issued to engaged parties who were successful at Stage 1; The contract let as part of this commissioning process is for a period of 4 years, with the option to extend by up to a further 5 years. Additional information: For the Assurance Stage of the process the criteria was PASS/FAIL i.e. no weightings The following thresholds were applied: Affordability (Price) - PS 2200000 Quality - 'Good' (Score 3) Social Value 'Good' (Score 3)
Options: The initial contract has been let for 4 years with 2 options to extend for 2 years plus a further option to extend for 1 year (max 9 years in total)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03edf9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020430-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
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
- £4,050,000 £1M-£10M
- Lots Value
- £4,050,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,413,000 £1M-£10M
Notice Dates
- Publication Date
- 4 Jul 20241 years ago
- Submission Deadline
- 29 Aug 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PLYMOUTH CITY COUNCIL
- Contact Name
- Mr Phil Bees
- Contact Email
- jointcommissioning@plymouth.gov.uk, phil.bees@plymouth.gov.uk
- Contact Phone
- +44 1752307532
Buyer Location
- Locality
- PLYMOUTH
- Postcode
- PL6 5DH
- Post Town
- Plymouth
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK4 Devon
- Small Region (ITL 3)
- TLK41 Plymouth
- Delivery Location
- TLK41 Plymouth
-
- Local Authority
- Plymouth
- Electoral Ward
- Budshead
- Westminster Constituency
- Plymouth Moor View
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-03edf9-2024-07-04T13:06:37+01:00",
"date": "2024-07-04T13:06:37+01:00",
"ocid": "ocds-h6vhtk-03edf9",
"initiationType": "tender",
"tender": {
"id": "DN683724",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Resettlement Support Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"additionalClassifications": [
{
"scheme": "CPVS",
"id": "85000000-AA01",
"description": "Metal"
}
],
"mainProcurementCategory": "services",
"description": "An innovative, trauma-informed service that provides place-based, person-centred support. The service will provide advice and guidance to assist persons with recourse to public funds arriving through all government managed resettlement schemes or granted leave to remain via the asylum systems. The aim of the service will be to support individuals to settle and integrate into the host community. We envision the outcomes of this contract to be to: assist service users to meet their aspirations and feel socially included, build on a persons' assets and attributes to enable them to participate and contribute fully in society",
"value": {
"amount": 4050000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The services are health and social care services falling within Schedule 3 to the Public Contracts Regulations 2015 (\"the Regulations\") which are not subject to the full regime of the Regulations but are instead governed by the \"Light Touch Regime\" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). We engaged with providers to work collaboratively as partnerships who have the capability and capacity to take part in the delivery. The EOIs received and the market engagement activities were used to help the Commissioners finalise their commissioning and contracting approach for these services, as well as, to inform the decision on whether to proceed to a procurement process directly with the engaged parties. The procurement process consisted of two stages: (1) Stage 1 - Suitability Assessment - The aim of this stage was to test the capability and capacity of potential provider collaborations and to identify whether there was more than one capable provider partnership. The evaluation criteria for this pass/fail Suitability Assessment was set out in procurement documents were issued to the engaged parties; (2) Stage 2 was: A partnership \"Assurance Process\" with a single group, as only one capable provider partnership was identified at Stage 1. The evaluation criteria for Stage 2 was set out in the procurement documents issued to engaged parties who were successful at Stage 1; The contract let as part of this commissioning process is for a period of 4 years, with the option to extend by up to a further 5 years. Additional information: For the Assurance Stage of the process the criteria was PASS/FAIL i.e. no weightings The following thresholds were applied: Affordability (Price) - PS 2200000 Quality - 'Good' (Score 3) Social Value 'Good' (Score 3)",
"value": {
"amount": 4050000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3240
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "0"
},
{
"name": "Social Value",
"type": "quality",
"description": "0"
},
{
"type": "price",
"description": "0"
}
]
},
"options": {
"description": "The initial contract has been let for 4 years with 2 options to extend for 2 years plus a further option to extend for 1 year (max 9 years in total)"
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK41"
},
{
"region": "UKK41"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.supplyingthesouthwest.org.uk",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2023-08-29T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2023-09-25T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-86995",
"name": "Plymouth City Council",
"identifier": {
"legalName": "Plymouth City Council"
},
"address": {
"streetAddress": "Ground Floor, Crownhill Court",
"locality": "Plymouth",
"region": "UKK41",
"postalCode": "PL6 5DH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Phil Bees",
"telephone": "+44 1752307532",
"email": "phil.bees@plymouth.gov.uk",
"url": "http://www.supplyingthesouthwest.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.plymouth.gov.uk/",
"buyerProfile": "http://www.plymouth.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-15830",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2039368957"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.plymouth.gov.uk"
}
},
{
"id": "GB-FTS-85167",
"name": "Plymouth City Council",
"identifier": {
"legalName": "Plymouth City Council"
},
"address": {
"streetAddress": "Crownhill Court, Tailyour Road",
"locality": "Plymouth",
"region": "UKK41",
"postalCode": "PL6 5DH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "jointcommissioning@plymouth.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.plymouth.gov.uk/",
"buyerProfile": "http://www.plymouth.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-117569",
"name": "P.A.T.H (Plymouth Access To Housing) Limited",
"identifier": {
"legalName": "P.A.T.H (Plymouth Access To Housing) Limited"
},
"address": {
"locality": "Plymouth",
"region": "UKK41",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-85167",
"name": "Plymouth City Council"
},
"language": "en",
"awards": [
{
"id": "020430-2024-PEO23085-1",
"relatedLots": [
"1"
],
"title": "Resettlement Support Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-117569",
"name": "P.A.T.H (Plymouth Access To Housing) Limited"
}
]
}
],
"contracts": [
{
"id": "020430-2024-PEO23085-1",
"awardID": "020430-2024-PEO23085-1",
"title": "Resettlement Support Services",
"status": "active",
"value": {
"amount": 2413000.84,
"currency": "GBP"
},
"dateSigned": "2024-04-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
}
}