Award

Resettlement Support Services

PLYMOUTH CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

04 Jul 2024 at 12:06

Tender

08 Aug 2023 at 14:48

Summary of the contracting process

Plymouth City Council has completed the procurement process for Resettlement Support Services in the health and social work services category. The contracting process involved a selective procurement method with a two-stage evaluation process. The contract, awarded to P.A.T.H Limited, is aimed at supporting individuals in settling and integrating into the host community. The contract duration is 4 years, with the possibility of extension for up to 5 years, providing opportunities for businesses that can deliver high-quality social care services.

A new tender has been released by Plymouth City Council for Resettlement Support Services, offering a contract worth £4,050,000 in the health and social work services category. This tender is part of a restricted procurement procedure with electronic submission. The contract aims to improve housing access, self-sufficiency, cultural competency, and health outcomes for individuals. Businesses specialising in refugee support services and community integration would be well-suited to compete, with a focus on partnership delivery and social impact.

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

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)

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

P.A.T.H (PLYMOUTH ACCESS TO HOUSING

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-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
            }
        ]
    }
}