Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
PO Box 1720
HUDDERSFIELD
HD1 9EY
Contact
Kieran Lord
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
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.