Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
Contact
Stacey Gilman
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42561&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42561&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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
Whole Family Working Services
Reference number
KMCCYP-172
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
We are looking for early help partners and providers within Kirklees to bid for the opportunity for additional funds which may be needed to embed Whole Family working into their service provision. By the end of the contract period, it will be expected that this way of working will be fully adopted by the service, and that this is the minimum expectation of all practitioners working and delivering early help to families. To ensure that this is embedded it will be an essential requirement of the contract to share person level data about families assessed, and those supported to achieve significant and sustainable outcomes, therefore information sharing agreements and sharing of data is key to demonstrating the success of the contract. We are looking for providers who can clearly demonstrate their impact upon the Kirklees Stronger Families Outcomes Plan (SFOP) referred to within the specification.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85322000 - Community action programme
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Borough of Kirklees, West Yorkshire, UK
two.2.4) Description of the procurement
We are looking for early help partners and providers within Kirklees to bid for the opportunity for additional funds which may be needed to embed Whole Family working into their service provision. By the end of the contract period, it will be expected that this way of working will be fully adopted by the service, and that this is the minimum expectation of all practitioners working and delivering early help to families. To ensure that this is embedded it will be an essential requirement of the contract to share person level data about families assessed, and those supported to achieve significant and sustainable outcomes, therefore information sharing agreements and sharing of data is key to demonstrating the success of the contract. We are looking for providers who can clearly demonstrate their impact upon the Kirklees Stronger Families Outcomes Plan (SFOP) referred to within the specification.
The estimated value of the Services to be awarded is approximately £600,000.00 for the full three (3) year duration of the Contract (£200,000.00 per annum) subject to confirmation in February 2022 of final funding for the Stronger Families Programme by the Department for Levelling Up, Housing and Communities (DLUHC). The Council is looking to enter into Contracts with up to a maximum of five (5) Providers, which equates to a maximum of approximately £40,000.00 per Contract per annum.
The anticipated commencement date for the Contracts is 1st April 2022. The anticipated expiry date for the Contracts is 31st March 2024, with the option to extend for a further 12 months subject to funding being available.
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
36
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (‘SMEs’). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the contract will be awarded to the most economically advantageous tender on the basis of the award criteria in the tender documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
The minimum criteria for consideration of this contract is described in the Selection Questionnaire document, under the scoring and assessment section. Qualitative and financial criteria are outlined in the Invitation to Tender document, including minimum score thresholds for qualitative criteria. The Council reserves the right to exclude any Bidder whom they deem to not satisfy any criteria outlined within the Tender Documentation (available from the address at 1.3 above).
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The performance of the contract is subject to particular conditions, as detailed in the Specification document.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
The Council intends to award up to five (5) Contracts to the Bidder(s) offering the Most Economically Advantageous Tenders in accordance with the Evaluation Criteria and weightings detailed in the Invitation to Tender document. Quality forms 70% whilst Price forms 30% of the final score. The Successful Bidders will be those who meet the Minimum Requirements in full, as stipulated in the Selection Questionnaire, and have the highest combined evaluation score (Quality and Price).
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.