Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
Contact
Paul Dagnall
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40138&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40138&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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 Young Carers Service
Reference number
KMCCYP-154
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of support for Kirklees Young Carers (the “Services”). The new contract will support the Councils vision, by supporting and identifying young people up to the age of 18 years with a caring role. The service will actively work with carers, their families and other services delivering whole family approaches that meet the needs of carers from different age ranges. The Provider will work collaboratively with the service who provide information, advice and advocacy for Adult Carers living in Kirklees to provide effective transition arrangements are in place. The anticipated commencement date for the Contract(s) is 1 April 2022. The anticipated expiry date for the Contract is 31st March 2025, with the option to extend for a further two (2) periods of twelve (12) months, up to 31 March 2027.
two.1.5) Estimated total value
Value excluding VAT: £690,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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
Kirklees
two.2.4) Description of the procurement
Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of support for Kirklees Young Carers (the “Services”). The new contract will support the Councils vision, by supporting and identifying young people up to the age of 18 years with a caring role. The service will actively work with carers, their families and other services delivering whole family approaches that meet the needs of carers from different age ranges. The Provider will work collaboratively with the service who provide information, advice and advocacy for Adult Carers living in Kirklees to provide effective transition arrangements are in place. The available budget for the Services to be awarded is approximately one hundred and thirty eight thousand pounds (£138,000) per annum. The anticipated commencement date for the Contract(s) is 1 April 2022. The anticipated expiry date for the Contract is 31st March 2025, with the option to extend for a further two (2) periods of twelve (12) months, up to 31 March 2027.
two.2.6) Estimated value
Value excluding VAT: £690,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Economic operators are asked to provide examples of relevant experience in accordance
with the requirements set out within Section 6 of the SQ (available to download at:
https://www.yortender.eu-supply.com).
See Section 4 of the SQ
Economic operators must be able to submit either a copy of the audited accounts for the most recent two (2) years if requested
Finance
See Section 4 of the Selection Questionnaire
The rationale applied will be economic operators being able to self-certify that they have an
annual turnover of at an annual turnover of at least one and half (1.5) times the estimated annual value of the Contract
See Section 8.1 of the SQ.
Economic operators are required ton have the following levels of insurance prior to the commencement date of the Contract,
a) Employer's (Compulsory) Liability Insurance £10,000,000;
b) Public Liability Insurance, including Product Liability Insurance £10,000,000; and
c) Professional Indemnity Insurance £2,000,000.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
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 80% quality, 10% Social Value and 10% Price.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-001927
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2021
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
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
Tenderers are advised this process is a competitive procurement exercise conducted in the form of an Open Procedure under the Public Contracts Regulations 2015. The Authority do not commit to following the procedure precisely and reserve the right to vary the procedure from that of the Public Contracts Regulations 2015 where necessary as detailed within the Information and Instructions for Tenderers.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The award criteria is set out in the Supplier Submission Document.
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.