Opportunity

16 + year old Leaving Care & Vulnerable Young People Accommodation & Support Purchasing System

  • Wakefield Council

F02: Contract notice

Notice reference: 2022/S 000-027192

Published 28 September 2022, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

Wakefield Council

Wakefield One, Burton street

Wakefield

WF1 2EB

Contact

Karen Towers

Email

ktowers@wakefield.gov.uk

Telephone

+44 1924306780

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

National registration number

171 3131 04

Internet address(es)

Main address

https://www.wakefield.gov.uk/

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