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
NUTS code
UKE45 - Wakefield
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=40066&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=40066&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
0-19 Children's Public Health Services
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
two.1.3) Type of contract
Services
two.1.4) Short description
Wakefield Council is looking to engage a Service Provider to deliver all requirements of the modernised 0-19 Healthy Child Programme (HCP) to ensure ALL children, young people and their families receive the full service offer that includes evidence-based programme of interventions, including but not limited to screening tests, immunisations, developmental reviews, and information and guidance to support parenting and healthy choices. The HCP framework outlines all services that children and families need to receive if they are to achieve their optimum health and wellbeing.
two.1.5) Estimated total value
Value excluding VAT: £80,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
two.2.4) Description of the procurement
The Authority is conducting this procurement process under the “Light Touch” regime of Regulations 74 to 77 of the Public Contract Regulations 2015 (SI 2015/102) (the “PCR 2015”). The Authority is following a process similar to the Competitive Procedure with Negotiation under Regulation 29 of the PCR 2015. The Authority does not commit to following the procedure precisely and reserves the right to vary the procedure from that of the PCR 2015 where necessary as detailed within the Procurement Documents. Subject to IV.1.5 it is anticipated that once candidates have been selected, the procurement will proceed to an Initial Tender and if relevant a Final Tender stage.
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: £80,000,000
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
It is anticipated that the contract can be extended at the Contracting Authority’s discretion up to a maximum of a further 60 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Top three scoring bidders following evaluation of the Selection Questionnaire will be invited to to participate in negotiation and submit a tender
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.2.14) Additional information
Potential bidders are invited to attend a virtualevent to, on Monday 8th November 2021 find out more about the aims and objectives of the 0-19 Children’s Public Health Service procurement. More information is contained in Volume 1 - Read Me First document.
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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 December 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://yortender.eu-supply.com - Reference: DN495586
For support with registration on the YORtender website or if you are having difficulties
accessing the documents through YORtender, please contact the YORtender helpdesk; email: uksupport@eu-supply.com; phone: 0800 840 2050.
The value of the Contract stated in section II.1.5 takes account of the maximum possible extension to the envisaged initial five (5) year contract period.
It is for the candidates that are invited to participate in negotiation to satisfy themselves of the position, but it is the initial view of the Contracting Authority that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) will apply to the Contract. Employee information is available to applicants on YORtender.
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.
six.4) Procedures for review
six.4.1) Review body
The Council of the City of Wakefield
Corporate Procurement Unit
Wakefield
WF1 2EB
Telephone
+44 1924306781
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Council of the City of Wakefield
Corporate Procurement Unit
Wakefield
WF1 2EB
Telephone
+44 1924306781
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract 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
Council of the City of Wakefield
Corporate Procurement Team
Wakefield
WF1 2EB
Telephone
+44 1924306781
Country
United Kingdom