Contract

Kirklees Supported Living 16+

  • Kirklees Council

F03: Contract award notice

Notice identifier: 2022/S 000-021742

Procurement identifier (OCID): ocds-h6vhtk-0359db

Published 8 August 2022, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Civic Centre 1

HUDDERSFIELD

HD1 2NF

Contact

Stewart Horn

Email

stewart.horn@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

http://www.kirklees.gov.uk

Buyer's address

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

Kirklees Supported Living 16+

Reference number

KMCCYP-129

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 Electronic Marketplace (EMP) for the provision of

bespoke high quality support and/or accommodation packages for young people (the

"Service"). Young People will usually be aged 16 and 17 years old on admission and will be

preparing to leave care, care leavers or are unaccompanied asylum seekers. This EMP will

allow applicants to become eligible to bid to provide the individual Service to the Young

People.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £343,680

two.2) Description

two.2.1) Title

Group Living

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

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

The Provider must offer furnished group living accommodation which is described as a situation where a young person lives within a multi-occupancy property and either has shared

communal facilities or lives within a 'bed-sit' or apartment type living space within a larger building. Providers must provide for a single room for each Young Person placed, with individual or

communal living, dining, kitchen and bathroom. Provide fire doors, extinguishers, smoke blankets and fire exit signs. Regular inspection by the Fire Officer will be certified for inspection where appropriate. There will be support from qualified and experienced staff available on site, available 24 hours a day, 7 days a week including all holidays, to provide support and practical help. The Providers staff will provide, formal, informal, emotional, practical support and guidance dependent on the young person's individual needs. The Provider will carry out assessments of the young person's needs at the beginning and throughout the placement regularly monitoring their progress. Each young person will have a nominated Key Worker who will support the young person

with 1 to 1 sessions both within and outside the accommodation to develop their independent living skills, practical skills and give emotional support plus facilitate and support access to

education, training and career development opportunities.

Each 1 to 1 key working session must be recorded in an appropriate and professional manner.

These records must be available if required by the Purchaser.

An allocated Key Worker will have the required qualifications, knowledge, skills and experience in providing 16+years' accommodation and support services. The Provider will also provide a 24 hour Support Help line and an Emergency Call out

Service. The Provider will prepare reports as requested by the purchaser for meetings and reviews.

This is additional Information for 1st January 2022 - 31st March 2022.

two.2.5) Award criteria

Quality criterion - Name: Method Statements / Weighting: 100%

Price - Weighting: Fixed Hourly Rates

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award criteria will be based on Quality Method Statements with a weighting of 100%. Costs submitted will be used should Applicants have the same Quality marks. The applicant with

the most Economically Advantageous Core Cost will be granted Level 1 status and will operate as the Council's "preferred Providers". See EMP Operating Rules document, Summary section for more details.

two.2) Description

two.2.1) Title

Supported Tenancy with Floating support

Lot No

2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

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

The Provider must provide community based furnished accommodation with a bespoke package of floating

support from qualified and experienced staff.

Providers must Provide Community based accommodation sourced within the private or registered social

landlord rental market. The tenancy or ownership of the property will be in the name of the Provider. Ensure that the obligations of the Young Person in respect of care and maintenance of the property will be carried out either by or on behalf of the Young Person as appropriate. Have the principal responsibility on

behalf of the Young Person for reporting appropriate repairs and maintenance to the Landlord if the Provider is not the Landlord.

Providers will support young people to sustain a tenancy by supporting the young person to manage their

accommodation and encourage the further development of the Young Persons independent living skills, practical skills and give emotional support.

For Floating Support only, Providers will support young people to sustain a tenancy or other placement by supporting the young person to develop their independent living skills, practical skills and emotional resilience.

Each young person will have an appropriately qualified, knowledgeable, skilled and experienced nominated Key

Worker who will support the Young Person with 1 to 1 sessions both within and outside the property to develop their independent living skills, practical skills and give emotional support plus facilitate a support access to education, training and career development opportunities. Each 1 to 1 key working session must be recorded in an appropriate and professional manner.

These records must be available if required by the Purchaser.

Face to Face floating support by the Key Worker must be flexible and available 7 days a week dependant on the young person's needs and must be agreed with the young person's Social Worker.

There is a requirement that there must be some weekly face to face support at the property and not just out in

the community. A bespoke package of floating support will be agreed for each young person and set out in the

young person's Individual Placement Agreement

As the young person's skills and confidence develop, the amount of face to face support will decline as agreed

in the young person's Individual Placement Agreement.

The Provider will also provide a support helpline available to young people 24 hours a day 7 days a week.

This is additional Information for 1st January 2022 - 31st March 2022

two.2.5) Award criteria

Quality criterion - Name: Method Statements / Weighting: 100%

Price - Weighting: Fixed Hourly Rate

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award criteria will be based on Quality Method Statements with a weighting of 100%. Costs

submitted will be used should Applicants have the same Quality marks. The applicant with

the most Economically Advantageous Core Cost will be granted Level 1 status and will

operate as the Council's "preferred Providers". See EMP Operating Rules document,

Summary section for more details.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 014-029283


Section five. Award of contract

Contract No

FC0052

Lot No

1

Title

Group Living

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 March 2022

five.2.2) Information about tenders

Number of tenders received: 22

Number of tenders received from SMEs: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Northern Community Pathway Children Residential Service

Office 3, 321 Red Bank Road, Bispham

Blackpool

Country

United Kingdom

NUTS code
  • UKD42 - Blackpool
Companies House

12070219

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £106,042


Section five. Award of contract

Contract No

FC0053

Lot No

1

Title

Group Living

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 March 2022

five.2.2) Information about tenders

Number of tenders received: 22

Number of tenders received from SMEs: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

STBI Ltd

18-20 Chapel Hill

Huddersfield

Country

United Kingdom

NUTS code
  • UKE44 - Calderdale and Kirklees
Companies House

12421964

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £89,040


Section five. Award of contract

Contract No

FC0054

Lot No

2

Title

Supported Tenancy with Floating Support

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 March 2022

five.2.2) Information about tenders

Number of tenders received: 22

Number of tenders received from SMEs: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Aleyah House

11 Market Street

Huddersfield

Country

United Kingdom

NUTS code
  • UKE44 - Calderdale and Kirklees
Companies House

13639415

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,139


Section five. Award of contract

Contract No

FC0055

Lot No

Lot 1

Title

Group Living

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 March 2022

five.2.2) Information about tenders

Number of tenders received: 22

Number of tenders received from SMEs: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Independent Living Project Ltd

c/o Brosnans, Birkby House, Bailiff Bridge

Brighouse

Country

United Kingdom

NUTS code
  • UKE44 - Calderdale and Kirklees
Companies House

06983567

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £147,458


Section six. Complementary information

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.