Contract notice

Information

Published

Expire date: 01/12/2021

External Reference: 2021-583563

FTS Reference: 2021-027291

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Wakefield Council
171 3131 04
Wakefield One, Burton street
Wakefield
WF1 2EB
UK
Contact person: Karen Towers
Telephone: +44 1924306780
NUTS code:  UKE45 -  Wakefield
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

0-19 Children's Public Health Services
II.1.2)

Main CPV code

85140000  -  Miscellaneous health services
II.1.3)

Type of contract

Services
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 80000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85323000  -  Community health services
85140000  -  Miscellaneous health services
II.2.3)

Place of performance

NUTS code:  UKE45 -  Wakefield
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 80000000.00  GBP
II.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.
II.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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/12/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
VI.4)

Procedures for review

VI.4.1)

Review body

The Council of the City of Wakefield
Corporate Procurement Unit
Wakefield
WF1 2EB
UK
Telephone: +44 1924306781

VI.4.2)

Body responsible for mediation procedures

The Council of the City of Wakefield
Corporate Procurement Unit
Wakefield
WF1 2EB
UK
Telephone: +44 1924306781

VI.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).
VI.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
UK
Telephone: +44 1924306781