Tender

Day 6 Provision

  • Kirklees Council

F02: Contract notice

Notice identifier: 2023/S 000-017336

Procurement identifier (OCID): ocds-h6vhtk-03d772

Published 19 June 2023, 1:43pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

PO Box 1720

HUDDERSFIELD

HD1 9EY

Contact

Kelsey Clark-Davies

Email

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

https://www.kirklees.gov.uk

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

https://yortender.eusupply.com/login.asp?B=YORTENDER


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.