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-170B
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 January 2024 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.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
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.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2024
End date
31 August 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Section 4 Economic & Financial Standing:
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.
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.
Minimum level(s) of standards possibly required
Successful Tenderer will meet the Minimum Requirements in
Page 7 to 9 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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 July 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 July 2023
Local time
1:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
Page 9 to 9
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.