Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
London Borough of Ealing
Ealing Council, 1st Floor, Perceval House, 14/16 Uxbridge Road
Ealing
W13 8HG
UK
Contact person: David Lillicrap
Telephone: +44 2088259646
E-mail: lillicrapd@ealing.gov.uk
NUTS: UKI7
Internet address(es)
Main address: www.ealing.gov.uk
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
West London Work and Health Programme
Reference number: prj_COL_8390
II.1.2) Main CPV code
79611000
II.1.3) Type of contract
Services
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI7
II.2.4) Description of the procurement
Ealing Council is the Lead Authority and is procuring Work and Health Programme (WHP) services on behalf of itself and the London Boroughs of Barnet, Brent, Ealing, Hammersmith and Fulham, Harrow, Hillingdon and Hounslow (Participating Authorities).
The intention of the WHP services is to support individuals with a disability, who are long-term unemployed and some early access groups to find and sustain work. WHP shall replace the services provided under work choice and work programme. The aim in addition to helping individuals to find work is to integrate WHP with local services and health provisions so the service users receive coordinated, holistic support to improve their health and well being, and support the principle of localism by ensuring that it meets local priorities and reflects local needs.
The Lead Authority is procuring the WHP services on behalf of itself and the Participating Authorities contract is to be awarded under which the services are provided to the Lead Authority and Participating Authorities. The Lead Authority will have a back to back agreement with the Participating Authorities which will govern the in-contract provision.
The services are social services governed by Section 7 Chapter 3 PCR 2015. The procedure adopted followed a procedure similar to the competitive dialogue procedure. The authorities were free to determine the procedure used.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start:
26/02/2018
End:
31/10/2024
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 010-018843
Section V: Award of contract/concession
Contract No: 00671751
Title: The Provision of Employment Support for the Work and Health Programme for West London Alliance (WLA) Authorities funded by the European Social Fund
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
13/11/2017
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
The Shaw Trust Ltd
01744121
Black Country House, Rounds Green Road
Oldbury
B69 2DG
UK
NUTS: UKG
Internet address(es)
URL: www.shawtrust.org.uk
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 26 681 000.00
GBP
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.5) Date of dispatch of this notice
17/11/2020
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
79611000
VII.1.2) Additional CPV code(s)
VII.1.3) Place of performance
NUTS code:
UKI7
VII.1.4) Description of the procurement
Ealing Council is the Lead Authority and is procuring Work and Health Programme (WHP) services on behalf of itself and the London Boroughs of Barnet, Brent, Ealing, Hammersmith and Fulham, Harrow, Hillingdon and Hounslow (Participating Authorities).
The intention of the WHP services is to support individuals with a disability, who are long-term unemployed and some early access groups to find and sustain work. WHP shall replace the services provided under work choice and work programme. The aim in addition to helping individuals to find work is to integrate WHP with local services and health provisions so the service users receive coordinated, holistic support to improve their health and well being, and support the principle of localism by ensuring that it meets local priorities and reflects local needs.
The Lead Authority is procuring the WHP services on behalf of itself and the Participating Authorities contract is to be awarded under which the services are provided to the Lead Authority and Participating Authorities. The Lead Authority will have a back to back agreement with the Participating Authorities which will govern the in-contract provision.
The services are social services governed by Section 7 Chapter 3 PCR 2015. The procedure adopted followed a procedure similar to the competitive dialogue procedure. The authorities were free to determine the procedure used.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start:
25/02/2018
End:
31/10/2024
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 26 681 000.00 EUR
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
The Shaw Trust
01744121
Black Country House, Rounds Green Road
Oldbury
B69 2DG
UK
NUTS: UKG3
Internet address(es)
URL: www.shawtrust.org.uk
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
In response to Covid-19 on employment in UK (‘The Event’), the contract will be changed to include a increase the service fee element of the contract to 50 % of the total contract value and reduce the PbR element, to 50 % of the total contract value.
The change also includes the addition of GBP 611 100.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The contract was originally awarded with only 30 % of fee being paid as a ‘Service Fee’, the remaining 70 % being paid on achieving sustained job outcomes. The Commission have confirmed that the Covid-19 emergency constitutes circumstances that a diligent contracting authority could not foresee. As a result of the reduced job opportunities, the contract would no longer be economically viable; as a result the contract was re-based to a 50 % service fee with 50 % linked to employment outcomes; remaining in line with the original ITT which invited bids offering up to 50 % available as service fee. The 2 losing bids both proposed a 50 % service fee. The following conditions a re met: the modification cannot alter the overall nature of the contract; as the contract remains PbR, and 50 % service fee was envisaged throughout the procurement any increase in price is not higher than 50 % of the value of the original contract or framework agreement, as the increase in value is 2.3 %.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 26 681 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 27 292 100.00 Currency: GBP