Scope
Description
Plymouth City Council would like to invite you to provide a tender for Domestic Abuse and Behaviour Change Services.
The services will procure in two lots:
Lot 1: Safe Accommodation
Lot 2: Community Domestic Abuse and Behaviour Change Service
We are commissioning safe accommodation and community-based support for adult and child survivors, and behaviour change support for people who cause harm. We recognize the need for additional funding and resources beyond the current budget and identified safe accommodation units and are seeking a Supplier(s) who will work collaboratively with us to secure additional investment and expand the service.
The initial contract period of 4 years for Lot 1 £595,782 and Lot 2 £3,449,851.
To access ITP/ITT and relevant specification, appendices paper work and to submit a tender you will need to register and find the opportunity on Supplying the South West portal https://www.supplyingthesouthwest.org.uk/
Total value (estimated)
- £4,045,633 excluding VAT
- £4,045,633 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- Possible extension to 31 March 2036
- 10 years
Description of possible extension:
The anticipated duration of the contract is for 4 years. April 1st, 2026, to March 31st, 2030, with 3 additional 2-year increments (4+2+2+2), with an end date subject to extension(s) of 31 March 2036.
Main procurement category
Services
CPV classifications
- 85300000 - Social work and related services
Contract locations
- UKK41 - Plymouth
Lot PEO 22053a (was 2). Safe Accommodation
Description
Safe Accommodation service
The initial contract period of 4 years for Lot 1 is £595,782
Please see specification on Supplying the South West portal
Lot value (estimated)
- £595,782 excluding VAT
- £595,782 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot PEO 22053b. Community Domestic Abuse and Behaviour Change Service
Description
Community Domestic Abuse and Behaviour Change Service
The initial contract period of 4 years for Lot 2 is £3,449,851.
please refer to specification on supplying the southwest portal.
Lot value (estimated)
- £3,449,851 excluding VAT
- £3,449,851 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot PEO 22053a (was 2). Safe Accommodation
Lot PEO 22053b. Community Domestic Abuse and Behaviour Change Service
Please register on Supplying the South West portal to register and download the relevant documents
Technical ability conditions of participation
Lot PEO 22053a (was 2). Safe Accommodation
Lot PEO 22053b. Community Domestic Abuse and Behaviour Change Service
Please register on Supplying the South West portal to register and download the relevant documents
Particular suitability
Lot PEO 22053a (was 2). Safe Accommodation
Lot PEO 22053b. Community Domestic Abuse and Behaviour Change Service
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Submission type
Requests to participate
Deadline for requests to participate
8 July 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
3 November 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality - Method Statements | Quality method statements within ITT Return document - found on supplying the south west portal |
Quality | 95% |
Social Value | Social Value method statements within ITT Return document - found on supplying the south west portal |
Quality | 5% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
This Procurement is being run in accordance with the Competitive Flexible Procedure, which is a two stage Procurement consisting of an invitation to Participate and invitation to tender. There will be no negotiation permitted during this process; however, the Authority reserves the right to undertake clarification.
This competitive flexible procedure will be conducted in two (2) stages
Stage 1: Invitation to participate
1. Stage 1 commenced with the issuing of a Tender Notice
2. This procurement includes a PSQ as contained within the ITP which all Suppliers are required to complete and return.
3. A preliminary check will be undertaken to verify that the submission is complete and compliant with The Authority's instructions. Failure to submit in a complete and compliant manner may result in the tender being disregarded and the authority not proceeding any further with the assessment process
4. The Authority will use this stage to confirm that neither the Supplier, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, The Authority will consider whether to exclude the Supplier from participating in the Procurement in accordance with its obligations under the Act.
5. In addition, the Authority will consider whether any Supplier or related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable Suppliers, and before The Authority determines that a Supplier is an excluded or excludable Supplier, it will provide the Supplier reasonable opportunity to make representations and provide evidence as is proportionate in the circumstances. If the Supplier is an excluded or excludable Supplier only by virtue of an associated person or proposed sub-contractor, The Authority will notify the Supplier of its intention to exclude the Supplier and provide the Supplier with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process the Authority excludes the Supplier from participating in the Procurement or is aware of an associated person or sub-contract having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU).
6. The Authority will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and described in this document. Failure to meet The Authorities minimum conditions may result in the tender being disregarded and the authority not proceeding any further with the assessment process.
7. Stage 1 will complete with Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2.
8. Suppliers should note that The Authority reserves the right to re-assess any response to the PSQ, in light of any new relevant information that comes to The Authority's attention. Please refer to the 'Supplier eligibility' provisions in Appendix A: Procurement terms and conditions.
Stage 2: Invitation to submit a tender
9. Stage 2 will commence with the issuing of a letter inviting Suppliers that have been successfully shortlisted at Stage 1 to submit their tenders and invited to presentation.
Tenderers should ensure that their Key Personnel are available for the presentation. It is intended that the presentations will take place in person at a venue to be arranged.
Once notified, Tenderers should confirm the names, positions and contact telephone and email addresses for each proposed attendee. Additional or substitute attendees can be notified to the Council at any time before the interview day.
Any presentation e.g. PowerPoint should be submitted via the portal at least 24 hours in advance of the interview.
Please note: Tenderers may be asked to confirm points mentioned at the interview, subsequently in writing.
10. Tenders must be submitted in accordance with the timetable and instructions set out in this procurement and any additional information provided.
11. A preliminary check will be undertaken to verify that the submission is complete and compliant with The Authority's instructions. Failure to submit in a complete and compliant manner may result in the tender being disregarded and the authority not proceeding any further with the assessment process
12. The Authority will conduct an assessment of all tenders in order to identify the Supplier which has submitted the most advantageous tender in accordance with the assessment methodology and award criteria set out and described in this document. In carrying out this assessment, the Authority will disregard a tender:
a. from a Supplier that is not a United Kingdom Supplier or a treaty state Supplier or that intends to sub-contract the performance of all or part of the Contract to a Supplier that is not a United Kingdom Supplier or a treaty state Supplier; or
b. if the tender breaches a procedural requirement set out in the Tender Notice or associated tender documents; or
c. if the tender does not meet any prescribed quality thresholds
d. if the tender price is not within any prescribed budget
e. if the tender offers a price that The Authority considers to be abnormally low for the performance of the Contract. Where The Authority considers that a price offered by a Supplier in its tender is abnormally low, The Authority will notify the Supplier and give the Supplier reasonable opportunity to demonstrate that it will be able to perform the contract for the price offered. The Authority will only disregard the tender if the Supplier cannot satisfactorily demonstrate that it will be able to perform the Contract for the price offered.
f. if the tender does not meet any prescribed Social Value thresholds
13. Once the assessment has concluded, The Authority will provide an assessment summary to all Suppliers that submitted final tenders to:
a. informs them whether they have been successful in being awarded the Contract
b. provides an explanation of the assessment of the Supplier's tender against the relevant award criteria, in accordance with the requirements of the Act
c. where different to the Supplier concerned, provide information in respect of the most advantageous tender submitted, including details of the assessment of this tender against the relevant award criteria and the Supplier's name
14. Once the assessment summaries have been provided to the Suppliers that submitted tenders, The Authority will also publish a contract award notice on the Central Digital Platform to commence the mandatory standstill period.
15. At this stage self-certified policies that meets the requirements of ITP Return Document Annex B will be requested from the successful Supplier's for each lot.
16. Subject to completion of the voluntary standstill period, Stage 2 will end with the Authority entering into the Contract with the preferred Supplier and publication of a Contract Details Notice on the Central Digital Platform (within 30 days of the date on which the Contract is entered into). Where appropriate, a copy of the Contract may also be published on the Central Digital Platform.
Documents
Associated tender documents
https://www.supplyingthesouthwest.org.uk/
Please register and express an interest in the opportunity to be able to download procurement documents
Contracting authority
Plymouth City Council
- Public Procurement Organisation Number: PBQP-8499-TLMP
Ballard House, West Hoe Road
Plymouth
PL1 3BJ
United Kingdom
Email: jointcommissioning@plymouth.gov.uk
Website: http://www.plymouth.gov.uk
Region: UKK41 - Plymouth
Organisation type: Public authority - sub-central government