Section one: Contracting authority/entity
one.1) Name and addresses
Torbay Council
Torbay Council Town Hall, Castle Circus
Torquay
TQ1 3DR
Contact
Miss Tracey Field
Telephone
+44 1803208391
Country
United Kingdom
Region code
UKK42 - Torbay
Internet address(es)
Main address
Buyer's address
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
TASC0124 Adult Social Care Transformation - Delivery Partner
Reference number
DN707177
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Torbay Council sought a provider with a detailed understanding, and proven track record, in the delivery of efficiency savings in Adult Social Care.
Consideration of increasing volume and complexity of demand, building on our excellent work with the Community and Voluntary sector is pivotal. In addition, measures to maximise our staff’s ability to enable independence for people through the way they work and the services available, is important for us.
The supplier is required to be able to respond to the challenges which Torbay, and its partners, have identified and be able to work within an integrated system. The supplier will understand local and national challenges and have tangible ways of addressing these.
Torbay is seeking fundamental and lasting change, which puts our residents first and delivers long term efficiencies in our model.
The Supplier is required to develop an overarching change programme to deliver substantial sustainable savings in Adult Social Care
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79421000 - Project-management services other than for construction work
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
two.2.4) Description of the procurement
Upon commencement, in agreement with the Council and partners, the Supplier is required to develop an overarching change programme to deliver substantial sustainable savings in Adult Social Care, not less than £15m recurrently. This plan should include clear performance and financial targets, together with resource requirements, owners, and timescales.
Upon commencement, in agreement with the Council and partners, the Supplier is required to develop a programme which identifies where the Local Authority (and partners) need to provide extra capacity to deliver change.
The Supplier is required to provide a detailed plan of how they propose to practically deliver this change programme, including staffing resources to be deployed in teams.
The Supplier is required ensure there is co-production with people with lived expertise, staff and providers.
The Supplier is required to have the capacity and capability to facilitate the sophisticated use of data and benchmarking to inform and guide plans and deliverables.
The Supplier is required to provide a focus on innovation in digital approaches to delivering ASC.
The Supplier must have an understanding of and an ability to comply with The Care Act, The Mental Capacity Act and The Mental Health Act and all other statutory duties of the local authority.
The Supplier must have an understanding of Health and Social Care Integration and a commitment to maximising the benefits of this to Torbay residents.
The Supplier is required to put a comprehensive and effective exit plan in place for the programme which creates the environment and infrastructure for sustained change.
two.2.5) Award criteria
Cost criterion - Name: Method Statement 1: Please provide a detailed delivery plan, setting out how you propose to practically deliver this change programme. / Weighting: 25.00%
Cost criterion - Name: Method Statement 2: Please provide a narrative to demonstrate the rationale for and effectiveness of your proposed delivery plan and the financial viability of your proposals. / Weighting: 30.00%
Cost criterion - Name: Technical Question 1: Co-production Please explain how you will ensure there is co-production with people with lived expertise, staff and providers across all aspects of programme delivery. / Weighting: 8.00%
Cost criterion - Name: Technical Question 2: Data Please describe your organisational capacity and capability in relation to the use of data, benchmarking and innovation in digital approaches and how you will use this to inform and guide delivery of the programme. / Weighting: 5.00%
Cost criterion - Name: Technical Question 3: Health and Social Care Please demonstrate your understanding of the Care Act, the Mental Capacity Act, the Mental Health Act, other relevant local authority statutory duties, social care integration and its benefits to Torbay residents and how you will apply these requirements and principles within programme delivery. / Weighting: 4.00%
Cost criterion - Name: Technical Question 4: Exit Management Please explain what you consider to be key components of a comprehensive and effective exit plan for the programme, which will create the environment and infrastructure for sustained change. / Weighting: 8.00%
Cost criterion - Name: Price + requirement to be within the declared budget of £1,000,000 / Weighting: 20.00%
two.2.11) Information about options
Options: Yes
Description of options
In the event of unforeseen delays to programme delivery not attributable to the Supplier or where ancillary / additional Services are identified to support delivery of the programme the Contract may be extended for a period of up to 12 further months or until the end of the allocated budget.
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
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
Torbay Council had engaged a supplier to undertake preliminary work in relation to this transformation programme via a framework call-off. The call-off permitted the Council to award stage 2 of the work (delivery of the transformation programme) to the original supplier under the terms of that procurement. The pricing model proposed by the supplier for the 2nd stage resulted in price significantly in excess of the Council's budget and the Council was unable to continue through the work under the call-off contract. Torbay and South Devon NHS Foundation Trust (the Trust), who have devolved responsibility for the delivery of Adult Social Care in Torbay, had engaged a different external consultant to carry out some organisational transformation work, directly linked to the planned change programme.
The Council has a finite budget for the delivery of the transformation programme and a pressing economic imperative to deliver significant and sustainable savings within the provision of adult social care. It is of paramount importance that the budget is used to deliver the necessary change and not in revisiting prior diagnostic / research activity. Increasing pressure on the adult social care system and budgets mean that change needs to happen at considerable pace.
The 2 suppliers engaged by the Council and the Trust have the experience, capacity and capability to deliver the programme at pace, within tight timescales and have significant understanding of the current position in Torbay and the challenges this places on the adult social care system. Given this prior knowledge and experience it was the Council’s view that to ensure delivery at pace one of these 2 organisations was best placed to undertake delivery of the change programme. Appointing a supplier already working in Torbay will minimise the amount of time it will take to get the programme up and running, will not require up front time to be invested in additional research to ensure the suppliers full understanding of the challenges and areas where change is require, ensuring the budget for this work is maximised in relation to direct delivery.
To establish which of these organisations would be the most economically advantageous supplier of the services, the Council invited them both to bid in a competitive process with the intention of awarding the contract to the highest scoring bidder.
The selected supplier submitted a response to the opportunity in which they demonstrated to the Council's full satisfaction that they have the capacity and technical ability to deliver the programme, underpinned by a sound approach and clear plans for delivery.
The other supplier invited to bid did not submit a response to the opportunity.
The Council intends to enter into a contract with the selected supplier on 11 March 2024.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
TASC0124
Title
TASC0124 Adult Social Care Transformation - Delivery Partner
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
14 February 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Channel 3 Consulting Ltd
Capital Building, Tyndall Street
Cardiff
CF10 4AZ
Country
United Kingdom
NUTS code
- UKK42 - Torbay
Internet address
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £1,000,000
Total value of the contract/lot/concession: £999,975
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom