Section one: Contracting authority
one.1) Name and addresses
The Council of the Borough of Kirklees
Town Hall, Ramsden Street
Huddersfield
HD1 2NF
Contact
Mr Lyndon Peasley
lyndon.peasley@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
KMCAS-147 Kirklees Adult Carers Information, Advice & Advocacy Service
Reference number
DN529059
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Kirklees Council (the Council) wishes to commission a Service to provide
information, advice and advocacy for Adult Carers living in Kirklees and, in
partnership with Kirklees Young Carers Service, to Young Adult Carers living in
Kirklees.
two.1.5) Estimated total value
Value excluding VAT: £1,685,000
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
two.2.4) Description of the procurement
Kirklees Council (the Council) wishes to commission a Service to provide
information, advice and advocacy for Adult Carers living in Kirklees and, in
partnership with Kirklees Young Carers Service, to Young Adult Carers living in
Kirklees.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,625,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contract will commence on 1st April 2022 and will be put in place
for a period of three (3) years to 31st March 2025. The Council may extend the contract for
one (1) further twenty four (24) month periods to 31st March 2027.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This exercise is an open procedure in accordance with the requirements under Regulation
27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the
service described in the 'Service Specification'. This specification is part of the procurement
documentation that has been published in relation to this notice and can be found at
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
List and brief description of conditions:
In accordance with:
1) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the Council;
and
2) Regulations 57-60 of the Public Contracts 2015.
Which require or permit the Contracting Authority not to select or to treat as ineligible,
economic operators, the Contracting Authority reserves the right to exclude any economic
operator whom they deem to not satisfy any criteria outlined within the scoring matrices
contained within the standard Selection Questionnaire (“SQ”), which is available at the
address set out in Section I.1) of this Notice.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
27 September 2021
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 September 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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 30% quality, 10% Social Value and 60% Price.
Further specifics on the above award criteria can be found in the procurement
documentation that is available to access at www.yortender.co.uk
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
United Kingdom
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.