Tender

Supported Living Services

  • WAKEFIELD COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-026777

Procurement identifier (OCID): ocds-h6vhtk-03fba3

Published 11 September 2023, 11:06am



Section one: Contracting authority

one.1) Name and addresses

WAKEFIELD COUNCIL

Wakefield One Po Box 700,Burton Street

WAKEFIELD

WF12EB

Contact

Karen Towers

Email

Ktowers@wakefield.gov.uk

Telephone

+44 1924306780

Country

United Kingdom

Region code

UKE45 - Wakefield

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://wakefield.gov.uk

one.3) Communication

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

https://yortender.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

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

Supported Living Services

Reference number

RFS22/63

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Reprocuring all supported living services currently provided across the four contracts provides the Council with an opportunity to reorganise the services across several separate contracts of similar size and scope and align the contracts geographically across the district. This will better support market sustainability for providers, choice for individuals and may still produce some potential for financial efficiencies over the longer term, due to economies of scale.

A review of the current services has taken place and the properties will be procured across 3 lots. It is envisaged this should provide enough work to provide economies of scale to make the lots sustainable.

Bidders will be asked to confirm which of the lots they are bidding for: Lot 1 - West, Lot 2 - East, Lot 3 - Central. Bidders can choose to bid for more than one lot and must indicate in the ITT Part 2 - Schedule 5 along with the order of preference in terms of awarding of lots - 1 being first choice, 2 second choice and 3 third choice.

The highest scoring tender will be offered their first choice of lot, second highest bidder their choice of the two remaining lots, (but only if they have selected to bid for the two remaining lots). If not, this will then move to the third highest bidder and so on. NOTE: up to a maximum of three different providers may be awarded contracts to deliver this service.

Wakefield Council is seeking tenders from suitably qualified and experienced Providers to deliver supported living services to adults with learning disabilities/autism and complex health needs ('the Service').

Service Providers must be CQC registered with a rating of no less than Requirements Improvement. Providers will be required to submit a copy of their certificate as part of their bid submission.

It is envisaged that TUPE will apply.

Tender Ref: 77546

YORtender : https://uk.eu-supply.com/login.asp?B=YORTENDER

two.1.5) Estimated total value

Value excluding VAT: £130,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

West

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

Lot 1 covers the west of the district and comprises 14 properties with capacity to support 43 individuals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

initial period of four years with the option to extend up to a further four years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

East

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

Lot 2 covers the east of the district and comprises 11 properties with capacity to support 38 individuals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

initial period of four years with the option to extend up to a further four years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Central

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

Lot 3 covers the central area of the district and comprises 13 properties with capacity to support 36 individuals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

initial period of four years with the option to extend up to a further four years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

Due to the nature of the delivery of this service, all bidding organisations (this must be the organisation named/legal entity as listed on your CQC certificate) must be CQC registered with a rating of no less than Requires Improvement and must be registered to supporting people with learning disabilities.


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

11 October 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 October 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Council of the City of Wakefield

Wakefield

Country

United Kingdom