Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Riverbank Court
HUDDERSFIELD
HD59AA
Contact
Rebecca Gunn
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
https://www.kirklees.gov.uk/beta/default.aspx
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
HIV Support and Prevention Services
Reference number
KMCPH-024
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited by the Council from Providers with relevant experience and ability to
demonstrate sufficient capacity for the provision of HIV Support and Prevention Services
(the "Services)
The work of the HIV Support and Prevention Service will complement other (HIV specific and
generic) health and social care Services and enable people living with and affected by HIV in
Kirklees to live independent lives and effectively manage their long term condition. It will
also work to reduce HIV transmission and tackle HIV related stigma and prejudice.
The estimated value of the Services to be awarded is approximately four hundred and fifty
thousand pounds (£450,000) over the initial three (3) years.
The anticipated commencement date for the Contract is 1st April 2022.
The anticipated expiry date for the Contract is 31st March 2025, with the option to extend
for a further period of twenty four (24) months.
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: £750,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees
two.2.4) Description of the procurement
The Council of the Borough of Kirklees (the "Council") is conducting this procurement
process under the "Light Touch" regime of Regulations 74 to 77 of the Public Contract
Regulations 2015 (SI 2015/102) (the "PCR 2015"). This procurement exercise will therefore
be run in accordance with the PCR 2015 as they apply to "Light Touch" services.
Tenders are invited by the Council from Providers with relevant experience and ability to
demonstrate sufficient capacity for the provision of HIV Support and Prevention Services
(the "Services)
The anticipated commencement date for the Contract is 1st April 2022.
The anticipated expiry date for the Contract is 31st March 2025, with the option to extend
for a further period of twenty four (24) months.
Invitations to Tender will be advertised and managed through the regional procurement
portal, which is available at the address set out in Section I.1 of this Notice
(www.yortender.co.uk). Interested economic operators for the service must express their
interest in this opportunity via YORtender, by downloading the documentation and
submitting their full tender response by the deadline detailed at Section lV.2.2 of this notice.
Bidders should submit both their completed Selection Questionnaires (SQ) and Supplier
Submission Document (full Tender response) together by the deadline for initial tenders.
Bidders should note that their Tender responses will only be evaluated substantively once
suitability of the Bidders has been assessed in accordance with the selection criteria and
minimum levels of suitability, as detailed in the SQ. Bidders who fail to satisfy the minimum
requirements stipulated in the SQ will be eliminated from the process at this stage and their
Tender response will not be subject to further evaluation.
The Service is likely to be subject to the implications of the Acquired Rights Directive
EU2001/23/EC and the Transfer of Undertakings (Protection of Employment) Regulations
2006 (SI 2006/246) (as amended)("TUPE"). However, it is a matter for the economic
operators to determine for themselves whether or not TUPE applies, and it is strongly
recommended by the Contracting Authority that economic operators seek their own
independent professional advice (including any legal, financial or actuarial advice) in this
respect in order to fully understand the potential consequences of TUPE before compiling
and submitting their Tender. Some high level anonymised TUPE liability information is
available from the Contracting Authority on receipt of a signed NDA, refer to the Information
and Instructions Document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 10
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2021/S 000-022247
Section five. Award of contract
Contract No
KMCPH-024
Title
HIV Support & Prevention Service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 March 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
The Brunswick Centre
Marten House, Fern St East, St Andrews Road,
Huddersfield
HD1 6SB
info@thebrunswickcentre.org.uk
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
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: £750,000
Total value of the contract/lot: £750,000
Section six. Complementary information
six.3) Additional information
the Contract relates to services that fall under the "light touch"
regime of Regulations
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 Regulations2015 (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.