Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Civic Centre 1
Huddersfield
HD1 2NF
Contact
Allison Porter
allison.porter@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
Buyer's address
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
Works Better For All (KMCAS-160A)
Reference number
DN572063
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council of the Borough of Kirklees (the ‘Council’) is seeking to work with a maximum of two (2) suitable Delivery Partners for a delivery period of twenty three (23) months to work with us, at risk, to co-design, develop and deliver the Kirklees Council response to the European Social Fund, Enhanced Local Flexibility for the Unemployed Call which if successful would be part funded through European Social Fund (‘ESF’).
If successful this funding would enable the Council to further develop an integrated employment and skills offer, and would inform a future devolved employment and skills service. This could bring together information, advice and guidance alongside the delivery of employment, skills, apprenticeships and wider support for individuals and employers. Further detail is provided in the specification document.
two.1.5) Estimated total value
Value excluding VAT: £513,333
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80300000 - Higher education services
- 80400000 - Adult and other education services
- 80500000 - Training services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Council of the Borough of Kirklees (the ‘Council’) is seeking to work with a maximum of two (2) suitable delivery partners for a delivery period of twenty three (23) months to work with us, at risk, to co-design, develop and deliver the Kirklees Council response to the European Social Fund, enhanced local flexibility for the unemployed call which if successful would be part funded through European Social Fund (‘ESF’).
If successful this funding would enable the Council to further develop an integrated employment and skills offer, and would inform a future devolved employment and skills service. This could bring together information, advice and guidance alongside the delivery of employment, skills, apprenticeships and wider support for individuals and employers. Further detail is provided in the Specification document.
Works Better For All provision is estimated to start in January 2022 subject to approval by the Department for Work and Pensions (DWP), the Managing Authority for the European Social Fund Programme 2014-2020. The anticipated commencement date for the contract(s) is 3 January 2022 and the programme will run until 30 November 2023.
The estimated value of the services to be awarded is approximately GBP 513333 for the entire twenty three (23)-month duration of the programme. Delivery Partners are required to provide 50% match funding (or between 25% to 50% for VCS Organisations).
two.2.5) Award criteria
Quality criterion - Name: Project Delivery / Weighting: 20
Quality criterion - Name: Geographic Area of Delivery and Target Group / Weighting: 15
Quality criterion - Name: Activity Management / Weighting: 10
Quality criterion - Name: Outputs and Results / Weighting: 10
Quality criterion - Name: Cross Cutting Themes / Weighting: 7.5
Quality criterion - Name: Staffing / Weighting: 10
Quality criterion - Name: Project Timetable/Milestones / Weighting: 7.5
Cost criterion - Name: Price Rationale and Value For Money / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £513,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 January 2022
End date
30 November 2023
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Social Fund, Enhanced Local Flexibility for the Unemployed Call (Phase 4).
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 www.yortender.co.uk.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.2) Contract performance 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.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 November 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
1 November 2021
Local time
1:00pm
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.3) Additional information
Provided that the tender is submitted fully in accordance with the requirements set out within the 'Service Specification' and the remaining sections of the tender documents, the contract will be awarded on the basis of the most economically advantageous tender based on 20% price and 80% quality.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises ('SMEs'). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the contract will be awarded to the most economically advantageous tenderer.
Further specifics on the above award criteria can be found in the tender documentation published with this notice.
The tender documents are available to download at www.yortender.co.uk
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 period) 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.