Tender

Works Better For All (KMCAS-160A)

  • Kirklees Council

F02: Contract notice

Notice identifier: 2021/S 000-023938

Procurement identifier (OCID): ocds-h6vhtk-02e4f2

Published 27 September 2021, 1:14pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Civic Centre 1

Huddersfield

HD1 2NF

Contact

Allison Porter

Email

allison.porter@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

http://www.yortender.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.yortender.co.uk

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.