Tender

Resettlement Support Service Service

  • Plymouth City Council

F02: Contract notice

Notice identifier: 2023/S 000-016902

Procurement identifier (OCID): ocds-h6vhtk-03d639

Published 14 June 2023, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

Plymouth City Council

Crownhill Court, Tailyour Road

Plymouth

PL6 5DH

Contact

Kate Lattimore

Email

joint.commissioning@plymouth.gov.uk

Country

United Kingdom

Region code

UKK41 - Plymouth

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=ccdb4f4e-29e0-ed11-8121-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=ccdb4f4e-29e0-ed11-8121-005056b64545

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

Resettlement Support Service Service

Reference number

DN666997

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Plymouth City Council with Devon Integrated Commissioning Board (ICB) wishes to engage with providers that would be interested in delivering a Refugee Integration and Support Service, ensuring full collaboration and integration with the strong voluntary, community and social enterprise (VCSE) sector locally.

We are looking for providers to work collaboratively as partnerships who have the capability and capacity to take part in the delivery.

The full scope of the services is in the process of being defined, and the Commissioners will be hosting market engagement activities with the aim of:

• Engaging with and enabling the market

• Understanding the interest there might be in providing such services from suitably qualified VCSE providers, and the manner in which the services can best be collaboratively provided

• Informing the commissioning and contracting process

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth

two.2.4) Description of the procurement

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 are looking for 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 will be 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.

It is anticipated that this will consist of two stages:

(1) Stage 1 – Suitability Assessment - The aim of this stage is to test the capability and capacity of potential provider collaborations and to identify whether there is more than one capable provider partnership.

The evaluation criteria for this pass/fail Suitability Assessment will be set out in procurement documents to be issued to the engaged parties;

(2) Stage 2 will either be:

(a) A competitive process (if more than one capable provider partnership is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or

(b) A partnership “Assurance Process” with a single group, if only one capable provider partnership is identified at Stage 1.

The evaluation criteria for Stage 2 will be set out in the procurement documents to be issued to engaged parties who are successful at Stage 1;

Any new contract let as part of this commissioning process is expected to be for a period of 4 years, with the option to extend by up to a further 5 years.

For further details and instructions on how to apply to take part please visit www.supplyingthesouthwest.org.uk project DN666997 Resettlement Support Service under Plymouth City Council opportunities.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by up to 36 months followed by a further option to extend for up to 24 months. (5 years extension options in total)

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

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom