Contract

830/2019 - Dynamic Purchasing System (DPS) for Health and Social Care. DPS 3 - Independent Living

  • Croydon Council

F03: Contract award notice

Notice identifier: 2021/S 000-017513

Procurement identifier (OCID): ocds-h6vhtk-02cbd7

Published 23 July 2021, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

Croydon Council

3RD FLOOR, BWH

CROYDON

cr9 1ea

Contact

Ms Reema Batish

Email

reema.batish@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

http://www.croydon.gov.uk

Buyer's address

http://www.croydon.gov.uk

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

830/2019 - Dynamic Purchasing System (DPS) for Health and Social Care. DPS 3 - Independent Living

Reference number

DN434334

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Croydon is has awarded providers with relevant experience a place on the Dynamic Purchasing System (DPS) to supply Independent Living Services.

The Dynamic Purchasing System (DPS) model provides flexibility both for the Council and providers as new suppliers can, having met the exclusion and selection criteria, join the DPS throughout its duration.

The Council will allow access to the DPS to its health partners in Croydon including the

Croydon One Alliance

Croydon Clinical Commissioning Group (CCG)

Croydon Health Services (CHS)

Croydon National Health Services (NHS Trust)

South London and Maudsley Hospital (SLaM).

The Council is procuring this DPS under the light touch regime and is adapting it to enable it to procure the services it requires. Please see the Additional Information of the Notice.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £260,000,000

two.2) Description

two.2.1) Title

Young People Semi Independent Accommodation

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 - Semi-Independent accommodation for Young people aged 16-25 in the London Borough of Croydon.

The service will enable Young People who have either been ‘In Care’, or are deemed vulnerable because of

their previous life experiences, to succeed in their transition to adulthood.

The Specification seeks to define the core requirements that are common to a range of services, each providing

different levels of person-centred support, ranging from early intervention/short term accommodation, to 24 hour

staffed accommodation, to varying levels of outreach support that enables the Young Person to sustain their

own tenancy.

The London Borough of Croydon is looking to work with Service Providers, who can demonstrate both the

experience and expertise in providing person centred support to young individuals or groups of individuals, in

one or more than one of the following service areas :

1. Emergency /Short term supported accommodation: to enable the young person to return to live within their

family home or to provide an interim solution.

2. Semi-independent 24 hour staffed accommodation for 16-18 year olds: in small group living arrangements for

a maximum of 6 young people.

3. Semi-independent accommodation for Care leavers 18-25 : with allocated support (not 24 hour) in group

living environments.

4. Group or Independent Accommodation for young people aged 18-25 whose needs may require additional

specialist support : primarily but not exclusively associated with mental ill-health, substance misuse, criminal

behaviour, learning disability and/or autistic spectrum.

5. Single gender group living schemes: for young people aged 16+ at risk of criminal exploitation.

6. Training flats for Care leavers aged 18+: to trial living independently prior to a permanent move.

7. Outreach support: to facilitate and sustain the move for young people aged 18-25 to independent

accommodation.

8. Other types of semi-independent accommodation services: that may be required and that will be specified at

call off stage.

Further information can be obtained via the specification available with the tender documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 189-459689


Section five. Award of contract

Contract No

DN434334

Lot No

3

Title

830/2019 - Dynamic Purchasing System (DPS) for Health and Social Care. DPS 3 - Independent Living

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 February 2021

five.2.2) Information about tenders

Number of tenders received: 69

Number of tenders received by electronic means: 69

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

five.2.3) Name and address of the contractor

Asphaleia

West Sussex

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CAYSH

London

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Evolve Housing & Support

Surrey

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Green Harvest Capital Consulting Ltd

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

JEM Support

Kent

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Look Ahead Housing and Care

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

My Life Semi Independent Project

Kent

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Oasis UK Ltd

Tyne and Wear

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Own Life Ltd

Surrey

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Barnardo's

Essex

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Pathways to Independence Housing UK

East Sussex

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Key2Futures

Oxfordshire

OX4 1EU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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

Total value of the contract/lot: £260,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

HM Courts & Tribunal Service Tribunal

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any

proceedings must be brought in the High Court of England and Wales.

six.4.4) Service from which information about the review procedure may be obtained

HM Courts & Tribunal Service

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom