Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
The Town Hall
HUDDERSFIELD
HD1 2TA
Contact
Kirsti Sutton
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com
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
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
Housing Related Support Service to Victims/Survivors of Domestic Abuse, Including Children in a Domestic Abuse Safe Accommodation Service (Designated Buildings)
Reference number
KMCAS-171
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a 2 stage tender.
Stage 1 requires submission of Request to Participate Document incorporating the Selection Questionnaire and the submission of a Landlords Housing Management Specification Questionnaire and the Selection Questionnaire.
Stage 2 a minimum of five (5) providers who pass Stage 1 may be invited to submit a Tender.
Requests to Participate/Tenders are invited by the Council from economic operators with relevant experience and ability to demonstrate sufficient capacity for the provision of Housing Related Support Service to Victims/Survivors of Domestic Abuse, including Children in a Domestic Abuse Safe Accommodation Service (Designated Buildings) (the "Services").
Kirklees Council wishes to procure Housing Related Support Services for Victims / Survivors of Domestic Abuse, including their Children, in a Domestic Abuse Safe Accommodation Setting (the "Service").
A range of accommodation settings are required to be able to meet the needs of all Victims / Survivors of Domestic Abuse including Domestic Abuse Refuges and Dispersed Accommodation.
Domestic Abuse Refuges provide self-contained units for Women and Girls aged 16 years and above plus their dependent children, however male children over the age of 16 are not able to live in the accommodation. A refuge is required to have on site staff; staffing times can be determined by the Service Provider.
Dispersed Accommodation is available to any victim / survivor and their family group who cannot move into refuge accommodation either through choice or ineligibity. Dispersed accommodation will not be required to have any on-site staff but staff must be available to provide the required support to each Victim / Survivor and the Provider must have robust risk management arrangements in place to provide safety and security.
two.1.5) Estimated total value
Value excluding VAT: £3,959,790
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
North Kirklees
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The Borough of Kirklees
two.2.4) Description of the procurement
This is a 2 stage tender.
Stage 1 requires submission of Request to Participate Document incorporating the Selection Questionnaire and the submission of a Landlords Housing Management Specification Questionnaire and the Selection Questionnaire.
Stage 2 a minimum of five (5) providers who pass Stage 1 may be invited to submit a Tender.
Requests to Participate/Tender Submissions are invited by the Council from economic operators with relevant experience and ability to demonstrate sufficient capacity for the provision of Housing Related Support Service to Victims/Survivors of Domestic Abuse, including Children in a Domestic Abuse Safe Accommodation Service (Designated Buildings) (the "Services").
Kirklees Council wishes to procure Housing Related Support Services for Victims / Survivors of Domestic Abuse, including their Children, in a Domestic Abuse Safe Accommodation Setting (the "Service").
A range of accommodation settings are required to be able to meet the needs of all Victims / Survivors of Domestic Abuse including Domestic Abuse Refuges and Dispersed Accommodation.
Domestic Abuse Refuges provide self-contained units for Women and Girls aged 16 years and above plus their dependent children, however male children over the age of 16 are not able to live in the accommodation. A refuge is required to have on site staff; staffing times can be determined by the Service Provider.
Dispersed Accommodation is available to any victim / survivor and their family group who cannot move into refuge accommodation either through choice or ineligibity. Dispersed accommodation will not be required to have any on-site staff but staff must be available to provide the required support to each Victim / Survivor and the Provider must have robust risk management arrangements in place to provide safety and security.
There are currently two refuge provisions in the Kirklees area as detailed below and this procurement exercise will replace the current contracts.
South Kirklees
• 5 unit refuge
North Kirklees
• 10 unit refuge plus 2 dispersed properties
As these buildings are currently used as a refuge, provision is being provided by the building owner solely for this support service contract. We will be carrying out a two stage procurement process and only those Applicants who pass the first stage of the procedure will be invited to tender for the second stage for the contract to supply housing related support. The successful Tenderer (the "Service Provider") must be expected to enter into a management agreement with the Landlord of the Residence to carry out Housing Management functions, such as completing tenancy agreements, collection of rent and making day to day repairs. This agreement will also include the Service Provider's license to operate within the Residence. The Service Provider will receive a predetermined fee from the landlord for carrying out this function.
In order to tender for this business, Candidates must first pass Stage 1 of the process, passing both the Landlords Housing Management Specification Questionnaire and the Selection Questionnaire. We must also make it clear that the Landlord also wishes to submit a tender to supply support Services, but the Council wishes to stress that:
• The Council will be overseeing a proportional and reasonable assessment by the Landlord of the Housing Management Specification Questionnaire.
• The Landlord will have no involvement in the evaluation of the Selection Questionnaire (part of the Stage 1 process) or the tender evaluation for the Support (Stage 2).
• Participants in the Housing Management Specification Questionnaire (Stage 1) will not be required to supply information to the Landlord that will place the Landlord at a competitive advantage in the tender for the Services.
The Landlord of the Premises is Connect Housing (Reg No.: IP17445R). Applicants must complete the Landlords Housing Management Specification Questionnaire (HMSQ). Also included are the Landlords Housing Management Contract.
As per the Landlords Housing Management Specification Questionnaire, the current landlord of the property requires evidence to satisfy their requirements regarding the facilities management aspects of the Service.
Service Providers unable to meet these requirements will not be invited to submit a subsequent tender.
For those who pass Stage 1 of the process are then invited to tender for Stage 2, the Site will be made available for inspection (by appointment) and Tenderers will be obliged to satisfy themselves as to the local conditions, access, full extent and character of the operations and conditions affecting labour and performance of the Contract generally following a return of a Non Disclosure Agreement.
two.2.6) Estimated value
Value excluding VAT: £2,800,410
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2.14) Additional information
The duration of the contract is initially for 5 years with the option to extend on a 12 monthly basis for up to 5 years
two.2) Description
two.2.1) Title
South Kirklees
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The Borough of Kirklees
two.2.4) Description of the procurement
This is a 2 stage tender.
Stage 1 requires submission of Request to Participate Document incorporating the Selection Questionnaire and the submission of a Landlords Housing Management Specification Questionnaire and the Selection Questionnaire.
Stage 2 a minimum of five (5) providers who pass Stage 1 may be invited to submit a Tender.
Requests to Participate/Tender Submissions are invited by the Council from economic operators with relevant experience and ability to demonstrate sufficient capacity for the provision of Housing Related Support Service to Victims/Survivors of Domestic Abuse, including Children in a Domestic Abuse Safe Accommodation Service (Designated Buildings) (the "Services").
Kirklees Council wishes to procure Housing Related Support Services for Victims / Survivors of Domestic Abuse, including their Children, in a Domestic Abuse Safe Accommodation Setting (the "Service").
A range of accommodation settings are required to be able to meet the needs of all Victims / Survivors of Domestic Abuse including Domestic Abuse Refuges and Dispersed Accommodation.
Domestic Abuse Refuges provide self-contained units for Women and Girls aged 16 years and above plus their dependent children, however male children over the age of 16 are not able to live in the accommodation. A refuge is required to have on site staff; staffing times can be determined by the Service Provider.
Dispersed Accommodation is available to any victim / survivor and their family group who cannot move into refuge accommodation either through choice or ineligibity. Dispersed accommodation will not be required to have any on-site staff but staff must be available to provide the required support to each Victim / Survivor and the Provider must have robust risk management arrangements in place to provide safety and security.
There are currently two refuge provisions in the Kirklees area as detailed below and this procurement exercise will replace the current contracts.
South Kirklees
• 5 unit refuge
North Kirklees
• 10 unit refuge plus 2 dispersed properties
As these buildings are currently used as a refuge, provision is being provided by the building owner solely for this support service contract. We will be carrying out a two stage procurement process and only those Applicants who pass the first stage of the procedure will be invited to tender for the second stage for the contract to supply housing related support. The successful Tenderer (the "Service Provider") must be expected to enter into a management agreement with the Landlord of the Residence to carry out Housing Management functions, such as completing tenancy agreements, collection of rent and making day to day repairs. This agreement will also include the Service Provider's license to operate within the Residence. The Service Provider will receive a predetermined fee from the landlord for carrying out this function.
In order to tender for this business, Candidates must first pass Stage 1 of the process, passing both the Landlords Housing Management Specification Questionnaire and the Selection Questionnaire. We must also make it clear that the Landlord also wishes to submit a tender to supply support Services, but the Council wishes to stress that:
• The Council will be overseeing a proportional and reasonable assessment by the Landlord of the Housing Management Specification Questionnaire.
• The Landlord will have no involvement in the evaluation of the Selection Questionnaire (part of the Stage 1 process) or the tender evaluation for the Support (Stage 2).
• Participants in the Housing Management Specification Questionnaire (Stage 1) will not be required to supply information to the Landlord that will place the Landlord at a competitive advantage in the tender for the Services.
The Landlord of the Premises is Connect Housing (Reg No.: IP17445R). Applicants must complete the Landlords Housing Management Specification Questionnaire (HMSQ). Also included are the Landlords Housing Management Contract.
As per the Landlords Housing Management Specification Questionnaire, the current landlord of the property requires evidence to satisfy their requirements regarding the facilities management aspects of the Service.
Service Providers unable to meet these requirements will not be invited to submit a subsequent tender.
For those who pass Stage 1 of the process are then invited to tender for Stage 2, the Site will be made available for inspection (by appointment) and Tenderers will be obliged to satisfy themselves as to the local conditions, access, full extent and character of the operations and conditions affecting labour and performance of the Contract generally following a return of a Non Disclosure Agreement.
two.2.6) Estimated value
Value excluding VAT: £1,159,380
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2.14) Additional information
The duration of the contract is initially for 5 years with the option to extend on a 12 monthly basis for up to 5 years
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
Candidates must score over 30 points in the Housing Management Specification Questionnaire.
Failure to meet this score or achieve any score of under 3 on a particular questionnaire will be disqualified from the procurement process.
The Selection Questionnaire must be passed on the following criteria:
Section 4 - Economic & Financial Standing:
Lot 1 - a minimum yearly turnover which is at least equal or greater than twice the estimated annual value of the Contract (which equates to an annual turnover of at least £560,080);
Lot 2 - a minimum yearly turnover which is at least equal or greater than twice the estimated annual value of the Contract (which equates to an annual turnover of at least £231,876;
and a have a positive net worth for the past two (2) years
Section 8.1 - Insurance:
Employers Liability £10,000,000
Public Liability £10,000,000
Professional Indemnity £2,000,000
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Restricted procedure
four.1.11) Main features of the award procedure
Candidate must pass the Housing Management Specification Questionnaire. If invited to tender stage, provided that the tender is submitted fully in accordance with the requirements set out
within the Specification and the remaining sections of the procurement documents, the contract will be awarded on the basis of the Most Economically Advantageous Tender based
on 60% quality, 30% price and 10% Social Value.
Further specifics on the above award criteria can be found in the procurement documentation that is available to access at www.yortender.eu-supply.com
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 September 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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
N/A
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.