Contract

Plymouth Supported Living Framework 2020

  • Plymouth City Council
  • NHS Devon Clinical Commissioning Group

F03: Contract award notice

Notice identifier: 2021/S 000-001079

Procurement identifier (OCID): ocds-h6vhtk-028b8d

Published 19 January 2021, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

Plymouth City Council

Floor 1, Windsor House, Tavistock Road

Plymouth

PL6 5UF

Contact

Mrs Sandra Stanton

Email

sandra.stanton@plymouth.gov.uk

Telephone

+44 1752304476

Country

United Kingdom

NUTS code

UKK41 - Plymouth

Internet address(es)

Main address

http://www.plymouth.gov.uk/

Buyer's address

http://www.plymouth.gov.uk/

one.1) Name and addresses

NHS Devon Clinical Commissioning Group

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Market Development Team

Email

d-ccg.corporateservices@nhs.net

Country

United Kingdom

NUTS code

UKK41 - Plymouth

Internet address(es)

Main address

https://devonccg.nhs.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Plymouth Supported Living Framework 2020

Reference number

DN456020

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

A multi-supplier Supported Living Framework Agreement with Plymouth City Council (PCC) and NHS Devon Clinical Commissioning Group (DCCG) was let in July 2017 as 4 increments of 3 yrs. The Framework provides a range of community services including support to maintain health and wellbeing, personal care, support with finances, social recreation, tenancy related support, underpinned with the principles of self-determination and choice. DCCG as Contracting Body accesses the Framework Agreement independently of PCC and enters into direct contractual relationships with the successful suppliers following a call-off. The form of agreement used for the call-off contract is the NHS Shorter Form Contract for services. As intended and stated in the procurement documents at the time, PCC on behalf of itself as principal and DCCG (as Contracting Body) has now conducted a procurement exercise and the successful new providers will join the Plymouth Supported Living Framework in February 2021.

NB. The completion of this procurement exercise and the contract start day has been delayed due to staff resources being diverted due to unforeseen pressure resulting from the COVID19 pandemic.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: 55,000,000 USD / Highest offer: 60,000,000 USD taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth

two.2.4) Description of the procurement

PCC is carryied out the procurement on behalf of itself as principal and Devon Clinical Commissioning Group(as Contracting Body) for a multi-supplier Framework Agreement which currently provides supported living for approx. 19,000 to 20,000 hours per week for a range of community support services including support to maintain health and wellbeing, personal care, support with finances, social recreation, tenancy related support, underpinned with the principles of self-determination and choice.

This figure includes individual support hours and sleep-in/waking nights and shared support hours and sleep-in/waking nights.

The procurement was a one-stage process that will include both Selection and Award criteria. Tenders were evaluated in accordance with Section 4 of the ITT Instruction Document.

The Framework Agreement is awarded in 3 yearly increments for a period of up to 9 years (i.e. 3yrs+3yrs+3yrs). Prices will be refreshed and new suppliers will have the opportunity to join the Framework Agreement every 3 years.

two.2.5) Award criteria

Quality criterion - Name: Purpose / Weighting: 10%

Quality criterion - Name: Service Details / Performance / Weighting: 18%

Quality criterion - Name: Service Details / Weighting: 10%

Quality criterion - Name: Performance / Weighting: 12%

Quality criterion - Name: Quality requirements / Weighting: 8%

Quality criterion - Name: Staffing / Weighting: 5%

Quality criterion - Name: Management and Operation / Weighting: 7%

Price - Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 010-019611


Section five. Award of contract

Contract No

PEO/16067-1

Title

Framework Agreement for the Provision of Supported Living Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2020

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Allied Care Ltd

Throwleigh Lodge, Ridgeway, Horsell, Woking, surrey

Woking

GU21 4QR

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

03012352

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bleep 360 Limited

Collingham House 6-12 Gladstone Road,

London

SW19 1QT

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

8625842

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Brandon Trust

Olympus House

Bristol

BS34 5TA

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

2365487

The contractor is an SME

No

five.2.3) Name and address of the contractor

Carmel Care and Support Ltd

Unit 1 Churchill Court, Bolton Street, Brixham, Devon

Brixham,

TQ5 9DN

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

05717191

The contractor is an SME

No

five.2.3) Name and address of the contractor

Clear Thinking Care Limited

1 Lower Compton Road, Mannamead, Plymouth, Devon.

Plymouth

PL3 5DH

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

09319212

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

New Hope Specialist Care Ltd

126 Brook Road, Oldbury, West Midlands

Oldbury

B68 8AE

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

05710864

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Salutem LD Bidco IV Limited, trading as Ambito Care and Education

Minton Place, Victoria Street,

Windsor

SL4 1EG

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

10988939

Internet address

http://www.ambitocare.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £55,000,000 / Highest offer: £60,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Court of Justice, Strand

London

WC2A 2LL

Country

United Kingdom