Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
PO Box 1720
HUDDERSFIELD
HD1 9EY
Contact
Kelsey Clark-Davies
kelsey.clark-davies@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/login.asp?B=YORTENDER
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
Day 6 Provision
Reference number
KMCCYP-170A
two.1.2) Main CPV code
- 80000000 - Education and training 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 Day 6 Support (Key Stages 1/2, 3 & 4) (the "Services").
The Council requires 55 placements per academic year - Key Stage 1/2 x 5 placements, Key Stage 3 x 25 placements and Key Stage 4 x 25 placements. The Council wishes to award one Contract for the provision of all 55 placements.
The maximum value of the Services to be awarded is £1,375,000 per annum (which equates to £25,000.00 per placement).
The anticipated commencement date for the Services is 1st September 2023 until expiry on 31st August 2026, with the option to extend for a further period, or successive periods, up to 31st August 2028.
two.1.5) Estimated total value
Value excluding VAT: £6,875,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Borough of Kirklees
two.2.4) Description of the procurement
Kirklees Council wishes to meet its statutory obligations to provide education for pupils who are unable to access or who are at risk of losing a school place as a result of exclusion, behavioural needs or who are hard to place. Some pupils and students may
have complex needs that require educational providers to work in
cooperation with other agencies as well as parents/carers and children and young people.
Kirklees Council wishes to commission a Provider to ensure high
quality alternative education is provided for young people who are permanently excluded from Day 6 provision including those with social, emotional and mental health or medical needs (KS1/2 5 pupils; KS3 25 pupils; KS4 25 pupils).
two.2.6) Estimated value
Value excluding VAT: £6,875,000
two.2.7) Duration of the contract or the framework agreement
Start date
1 September 2023
End date
31 August 2028
two.2.14) Additional information
This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services described in the procurement documents.
The accelerated procedure has been used due to Day 6 Services been a Statutory Function and provision having to be in place from 1st September 2023. This follows an unsuccessful tender process which requires re-tendering.
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 "Selection Criteria" section.
In summary Bidders will be assessed on their financial stability, their previous experience of delivering Day 6 services, and adherence with relevant legislative requirements.
Section 4 - Economic & Financial Standing:
Tenderers will Pass or Fail on the basis of being financially viable for the Contract tendered for.
The rationale applied will be:
1) Applicants being able to demonstrate that the net worth quoted on the last 2 years of their balance sheet is positive. Any applicant must have a positive net asset shown on their balance sheet, but where so accounted, any deficient on a pension
fund will not be included in this analysis; and
2) Tenderers must demonstrate a minimum annual turnover of at least 1.5 times the total combined annual contract value tendered to achieve a 'Pass'.
Section 8.1 - Insurance:
Employers Liability £10,000,000
Public Liability £10,000,000
Professional Indemnity £2,000,000
Fleet/Motor Insurance cover (where applicable) not less than five million Pounds Sterling (£5,000,000) in relation to any one claim or series of claims - also inclusive of unlimited bodily injury insurance.
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 a Contract to the Tenderer offering
the Most Economically Advantageous Tender in accordance with the Evaluation Criteria and weightings detailed in the Invitation to Tender document.
Quality forms 60% whilst Price forms 40% of the final score. The
Successful Tenderer will meet the Minimum Requirements in
full, as stipulated in the Selection Questionnaire, and have the highest combined evaluation score (Quality and Price).
Further specifics on the above award criteria can be found in the
procurement documentation that is available to access at
https://yortender.eusupply.com/login.asp?B=YORTENDER
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
9 May 2023
Local time
1:00pm
Changed to:
Date
30 May 2023
Local time
1:00pm
See the change notice.
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 incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed 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.