Tender

Therapeutic Consultation Provision for Keeping Children Living at Home

  • Kirklees Council

F02: Contract notice

Notice identifier: 2022/S 000-028353

Procurement identifier (OCID): ocds-h6vhtk-03743a

Published 10 October 2022, 9:24am



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

PO Box 1720

HUDDERSFIELD

HD1 9EY

Contact

Kieran Lord

Email

kieranlord@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

https://yortender.eu-supply.com

one.3) Communication

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

https://yortender.eu-supply.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com

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

Therapeutic Consultation Provision for Keeping Children Living at Home

Reference number

KMCCYP-185

two.1.2) Main CPV code

  • 80510000 - Specialist training 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 Therapeutic consultation provision for keeping children living at home (Provision of consultation, training and adherence support for delivery of evidence-informed, system orientated therapy for keeping children living at home) (the "Services").

The aim of this commission is to provide the delivery of consultation with the council staff, training and license for the service to achieve the required outcomes for the cohort of children identified. The purpose of developing such service is to improve the lives and outcomes for young people and their families, and to reduce the costs for care placements. To have confidence in achieving successful outcomes, the service needs to be developed from an existing evidence-based and needs to have been "tried and tested" in the UK context.

two.1.5) Estimated total value

Value excluding VAT: £920,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training 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

Kirklees council benefits from investing in a range of evidence-based services that seek to keep children living at home, and supporting them and their families and professionals around them to maintain security of placements, minimise criminal justice involvement and maximise education and vocational outcomes.

It is well evidenced and documented that children in long-term care experience adverse life outcomes compared to children who live at "home". Out of home placements, and especially specialist placements for adolescents constitute a significant proportion of Kirklees Council children's services budgets. Kirklees Council Children's services have identified the need to create a service to facilitate the return "home" for young people in the care system where there is potential for a reunification, however significant support would be required to facilitate this. The purpose of developing such service is to improve the lives and outcomes for young people and their families, and to reduce the costs for care placements. To have confidence in achieving successful outcomes, the service needs to be developed from an existing evidence-based and needs to have been "tried and tested" in the UK context.

The aim of this commission is to provide the delivery of consultation (to provide professional guidance to deliver a therapeutic model) with the Council staff, training and license for the service to achieve the required outcomes for the cohort of children identified.

two.2.5) Award criteria

Quality criterion - Name: Quality Award / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £920,000

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

The anticipated commencement date for the contract is 1st April 2023. The anticipated expiry date for the contract is 31st March 2025 with the option to extend for a further three (3) twelve (12) month periods making the final expiry date potentially 31st

March 2028.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the

Services described in the procurement documents which can be found at https://yortender.eusupply.com


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

List and brief description of conditions

In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament

and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI

2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the

Tenderers' Submission Document, which is available to download at: https://yortender.eusupply.com or is available at the address set out in Sections I.1) and I.3) of this Notice above

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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 November 2022

Local time

1:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 November 2022

Local time

1:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

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 60% Quality, 10% Social Value and 60% Price.

Further specifics on the above award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

n/a

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed 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.