Section one: Contracting authority
one.1) Name and addresses
Wakefield Council
Wakefield One, Burton street
Wakefield
WF1 2EB
Contact
Karen Towers
Telephone
+44 1924306780
Country
United Kingdom
Region code
UKE4 - West Yorkshire
National registration number
171 3131 04
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104123
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=51546&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=51546&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
16 + year old Leaving Care & Vulnerable Young People Accommodation & Support Purchasing System
Reference number
57709
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is looking to develop a Pseudo Dynamic Purchasing System (Pseudo DPS) for
the delivery of high quality placement arrangements for young people leaving care and
vulnerable young people.
We are seeking to ensure these young people can be placed with established, experienced
providers in the local area and, therefore, are looking to commission provision in the
Wakefield, Leeds, Barnsley and Kirklees Local Authority areas.
Applicants who meet and pass the Application criteria will be admitted to the Pseudo DPS.
Please note that this is not a competitive process and there is no limit to the number of
Applicants who can be appointed.
Please note, Applicants who are successfully admitted on to the PDPS are not guaranteed to
be awarded any financial provision for the duration of this arrangement.
The DPS will be for an initial period of 5 years with the option to extend for a further 5 years.
two.1.5) Estimated total value
Value excluding VAT: £24,000,000
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
Lot 1
Lot No
Lot 1 - Group Living
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Service Providers must offer 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’ type living space within a larger building.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial period of 5 years with option to extend for an additional 5 year period
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: No
two.2) Description
two.2.1) Title
Lot 2
Lot No
Lot 2 Supported Tenancy (Floating Support and Accommodation)
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Service Providers must provide Community based accommodation services with floating
support (with sufficient space for a staff member to provide sleeping night support if/when
required), sourced within the private or registered social landlord rental market and
supported by one-to-one staffing of varying levels, to achieve the aim of the Young Person
moving to sustainable community living.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial period of 5 years with option to extend for an additional 5 years
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: No
two.2) Description
two.2.1) Title
Lot 3
Lot No
Lot 3 Floating Support only
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Service Providers must provide Community based floating support to young people requiring
support to manage their accommodation
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial 5 years with the option to extend for an additional 5 years
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: No
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
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
31 December 2032
Local time
11:59pm
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: 120 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 December 2032
Local time
11:59pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For support with registration on the YORtender website or if you are having difficulties
accessing the documents through YORtender, please contact the YORtender helpdesk via
email uksupport@eu-supply.com .
The successful service provider may be required to participate in the achievement of
community wellbeing and positive outcomes for its customers as well as promotion and
achievement of social and economic growth and environmental and sustainability policy
objectives where this is required by the Contracting Authority in the contract documentation.
Providers are expected to hold a relevant and up-to-date Information Security accreditation (eg ISO27001, Cyber Essentials, NHS Data Security and Protection Toolkit) or willing to achieve this within the initial 12 months of being appointed to the PDPS.
six.4) Procedures for review
six.4.1) Review body
The Council of the City of Wakefield
Wakefield
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Council of the City of Wakefield
Wakefield
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The council will incorporate a minimum voluntary 48 hour day standstill period at the point
when information on the award of the contract is communicated to applicants. If an appeal
regarding the appointment to the PDSP has not been successfully resolved 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)
six.4.4) Service from which information about the review procedure may be obtained
The Council of the City of Wakefield
Wakefield
Telephone
+44 1924306781
Country
United Kingdom