Scope
Reference
KMCPH-033
Description
Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of 0-19 Healthy Child Programme (the "Services").
To deliver the Health Child Programme by offering integrated, child and family-centred early intervention and prevention services. These services will be universal in reach but tailored to the level of need, to improve outcomes and reduce inequalities for children, young people, their families, and their communities.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 and/or Procurement Act 23 do not apply to this award.
Award Criteria
Quality & Innovation - 60%
Value - 5%
Integration, Collaboration & Service Sustainability - 15%
Improving Equitable Access, Reducing Health Inequalities & Facilitating Choice - 10%
Social Value - 10%
Further information on award criteria, information on the key criteria and how the contract award criteria will be assessed is all available in the tender documentation.
Total value (estimated)
- £83,500,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2031
- Possible extension to 31 March 2036
- 10 years
Description of possible extension:
The anticipated expiry date for the Contract is 31st March 2031 with the option to extend for a further period, or successive periods, up to 31st March 2036.
Main procurement category
Services
CPV classifications
- 85100000 - Health services
Contract locations
- UKE44 - Calderdale and Kirklees
Participation
Legal and financial capacity conditions of participation
Financial Capacity
You must be able to supply any one of the documents listed in questions 13(a) to 13(c)(ii) in order to demonstrate financial standing as required under question 13. Failure to supply on request any one of the documents listed in questions 13(a) to 13(c)(ii) may result in exclusion.
Suppliers will Pass or Fail on the basis of being financially viable for the Contract tendered for.
The rationale applied will be:
• an annual turnover of at least ten million Pounds Sterling (£10,000,000);
• Net Assets (Excluding Pension Liability) of at least three million Pounds Sterling (£3,000,000); and
• Demonstrate viability including a positive cash flow
Legal Capacity
NHS Data Security & Protection Toolkit
Accreditation with Care Quality Commission (CQC)
Submission
Submission type
Tenders
Tender submission deadline
7 July 2025, 1:00pm
Submission address and any special instructions
Procurement documents can be accessed via the Councils Tendering Portal:-
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
15 October 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Quality | Quality | 97.5% |
Price | Price | 2.5% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Most Advantageous Tender ("MAT") will be identified by the process, as detailed below:
Stage 1 - Tender Stage:
Step 1 - Completeness and Compliance Checks
Submitted Tenders will initially be checked for compliance with the instructions provided in the Tender documents, including confirmation that the documents have been completed fully and correctly and have been signed as requested. Non-compliant Tenders may be eliminated from the process at this stage and not considered further.
Where a Tender Submission is received from a Tenderer who is not registered on the Central Digital Platform and/or who has not submitted up-to-date core supplier information on the Central Digital Platform, their submission will be rejected from the tender process and no further evaluation will be undertaken.
Step 2 - Excluded and Excludable Suppliers
The Council will confirm that neither the Supplier or any connected persons, associated persons or proposed sub-contractors are listed on the Cabinet Office Debarment List. To the extent that any such entities are listed on the Debarment List, the Council will consider whether to exclude the Supplier from participating in the procurement process.
In addition, the Council will consider whether any Supplier or connected persons, associated persons relied on to meet the basic selection criteria, or proposed sub-contractors are excluded or excludable Supplier, providing the Supplier reasonable opportunity to make representations and provide evidence as is proportionate to the circumstances. If the Supplier is an excluded or excludable Supplier only by virtue of an associated or proposed sub-contractor, the Council will notify the Supplier of its intention to exclude the Supplier and provide the Supplier with reasonable opportunity to replace the associated person or sub-contractor.
Where a Supplier is an excluded Supplier on either of the above grounds, no further evaluation of the tender submission will be undertaken.
Step 3 - Assessment of Basic Selection Criteria
The suitability of Suppliers will be assessed in accordance with the specified Basic Selection Criteria contained within the Procurement Specific Questionnaire. This will be marked purely on a pass or fail basis to ensure that the Supplier is able to meet the Council's minimum requirements. Tenderers who do not indicate that they meet the Council's minimum Basic Selection Criteria may be excluded from the process at this stage.
Step 4 - Key Criteria (including Social Value) and Price Assessment
All submitted Tenders which have not been rejected during the previous steps will be assessed to identify the Most Advantageous Tender. The Council will determine the Most Advantageous Tenders by applying the Award Criteria which is more fully described in these Tender Documents. The basis of the Council's Award Criteria will be based on Ninety Five (95%) Key Criteria and Five 5% Price.
The assessment process will identify which Suppliers are to be selected to participate in the negotiation/dialogue stage as set out in Stage 2.
The Council intends to shortlist a maximum of 3 Suppliers to participate in the negotiation/dialogue stage. Prior to invitation to Stage 2 the identified suppliers will be subject to the due diligence process described in Step 5.
Step 5 - Due Diligence
As part of the due diligence process, the supplier information provided on the Central Digital Platform and/ or responses to the Procurement Specific Questionnaire of the Preferred Supplier will be verified, and any required certification and evidence will be requested.
Where certain levels of insurance are required and Suppliers do not currently hold these, they will be required to provide evidence (for example, a quotation from an insurance provider) that they will be able to obtain the insurance, if awarded the contract.
Step 6 - Notify Unsuccessful Suppliers
Stage 1 will complete with Suppliers being notified in writing of whether they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to Stage 2 will be provided with reasons in writing why they have not been successful.
Where the Council decides not to undertake Stage 2, we will proceed to Stage 3 Step 3.
Stage 2 - Negotiation Stage
Note: The Council reserves the right to remove this stage from the Assessment process
Step 1 - Notify Suppliers
Stage 2 will commence with the issuing of a letter inviting Suppliers that have successfully passed Stage 1 to attend one or more negotiation meetings.
The letter will provide details of any new information made available to Suppliers at this stage in the Procurement.
Step 2 - Negotiation
During the Negotiation Period the Council may negotiate the content of any Tender with the relevant Tenderer in order to improve the content of that Tender. Note the Council will not negotiate the Minimum Requirements. The Council will provide feedback on Initial Tenderes at the start of the Negotiation Period and this will highlight area for negotiation. Further areas may be subsequently highlighted in writing at the discretion of the Council.
Stage 2 will conclude with the issuing of letters to all participating Suppliers confirming the closure of negotiations and proceed to Stage 3.
Stage 3 - Best and Final Offer
Note: The Council reserves the right to remove this stage from the Assessment process
Step 1 - Notify Suppliers
Suppliers will be invited to submit their tenders based on the Best and Final Offer (BAFO).
Tenders must be submitted in accordance with the timetable and instructions set out in the Tender documents and any additional information provided as a result of the negotiation stage.
Step 2 - Key Criteria (including Social Value) and Price Assessment
The Authority will conduct an assessment of all final tenders in accordance with the assessment methodology and award criteria set out in the Tender Notice and described in this document.
The final scores will be added together to produce a total score which will determine the highest scoring tenderer, and the most advantageous tender will be identified.
Step 3 - Notify Unsuccessful Suppliers
Once the assessment has concluded, the Authority will provide an assessment summary to all Suppliers that submitted final tenders.
Justification for not publishing a preliminary market engagement notice
Preliminary Market Engagement was carried out in November 2024 an in person event at Civic Centre 1, Huddersfield.
As this tender is subject to the Provider Selection Regime no Preliminary Market Engagement notice was published however a notice was published on Contracts Finder inviting suppliers to attend the event.
Contracting authority
The Council of the Borough of Kirklees
- Public Procurement Organisation Number: PXHZ-9111-QHMJ
The Town Hall, Ramsden Street
Huddersfield
HD1 2TA
United Kingdom
Email: procurement@kirklees.gov.uk
Website: http://www.kirklees.gov.uk
Region: UKE44 - Calderdale and Kirklees
Organisation type: Public authority - sub-central government