Contract

Resettlement Support Services

  • Plymouth City Council

F03: Contract award notice

Notice identifier: 2024/S 000-020430

Procurement identifier (OCID): ocds-h6vhtk-03edf9

Published 4 July 2024, 1:06pm



Section one: Contracting authority

one.1) Name and addresses

Plymouth City Council

Crownhill Court, Tailyour Road

Plymouth

PL6 5DH

Email

jointcommissioning@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.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 Services

Reference number

DN683724

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short 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

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: £2,413,000.84

two.2) Description

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 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 0

Quality criterion - Name: Social Value / Weighting: 0

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of 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)

two.2.13) Information about European Union Funds

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

two.2.14) 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) - £ 2200000

Quality - 'Good' (Score 3)

Social Value 'Good' (Score 3)


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-023106


Section five. Award of contract

Contract No

PEO23085

Title

Resettlement Support Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 April 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

P.A.T.H (Plymouth Access To Housing) Limited

Plymouth

Country

United Kingdom

NUTS code
  • UKK41 - Plymouth
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £2,200,000

Total value of the contract/lot: £2,413,000.84


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom