Social and other specific services – public contracts

Information

Published

Expire date: 22/11/2021

External Reference: 2021-508745

FTS Reference: 2021-026140

Social and other specific services – public contracts

Social and other specific services – public contracts

Contract notice

Services

Section I: Contracting authority

I.1)

Name and addresses

Kirklees Council
GB184352457
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
UK
Contact person: Paul Dagnall
Telephone: +44 1484221000
NUTS code:  UKE44 -  Calderdale and Kirklees
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=40138&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

Kirklees Young Carers Service
Reference number:  KMCCYP-154
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of support for Kirklees Young Carers (the “Services”). The new contract will support the Councils vision, by supporting and identifying young people up to the age of 18 years with a caring role. The service will actively work with carers, their families and other services delivering whole family approaches that meet the needs of carers from different age ranges. The Provider will work collaboratively with the service who provide information, advice and advocacy for Adult Carers living in Kirklees to provide effective transition arrangements are in place. The anticipated commencement date for the Contract(s) is 1 April 2022. The anticipated expiry date for the Contract is 31st March 2025, with the option to extend for a further two (2) periods of twelve (12) months, up to 31 March 2027.
II.1.5)

Estimated total value

Value excluding VAT: 690000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
Main site or place of performance:  
Kirklees
II.2.4)

Description of the procurement

Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of support for Kirklees Young Carers (the “Services”). The new contract will support the Councils vision, by supporting and identifying young people up to the age of 18 years with a caring role. The service will actively work with carers, their families and other services delivering whole family approaches that meet the needs of carers from different age ranges. The Provider will work collaboratively with the service who provide information, advice and advocacy for Adult Carers living in Kirklees to provide effective transition arrangements are in place. The available budget for the Services to be awarded is approximately one hundred and thirty eight thousand pounds (£138,000) per annum. The anticipated commencement date for the Contract(s) is 1 April 2022. The anticipated expiry date for the Contract is 31st March 2025, with the option to extend for a further two (2) periods of twelve (12) months, up to 31 March 2027.
II.2.6)

Estimated value

Value excluding VAT: 690000.00  GBP
II.2.7)

Duration of the contract or the framework agreement

Duration in months: 60
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

This exercise is an open procedure in accordance with the requirements under Regulation
27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the
service described in the 'Service Specification'. This specification is part of the procurement
documentation that has been published in relation to this notice and can be found at
www.yortender.eu-supply.com

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Economic operators are asked to provide examples of relevant experience in accordance
with the requirements set out within Section 6 of the SQ (available to download at:
https://www.yortender.eu-supply.com).
See Section 4 of the SQ
Economic operators must be able to submit either a copy of the audited accounts for the most recent two (2) years if requested
Finance
See Section 4 of the Selection Questionnaire
The rationale applied will be economic operators being able to self-certify that they have an
annual turnover of at an annual turnover of at least one and half (1.5) times the estimated annual value of the Contract
See Section 8.1 of the SQ.
Economic operators are required ton have the following levels of insurance prior to the commencement date of the Contract,
a) Employer's (Compulsory) Liability Insurance £10,000,000;
b) Public Liability Insurance, including Product Liability Insurance £10,000,000; and
c) Professional Indemnity Insurance £2,000,000.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Form of procedure

Open procedure
IV.1.11)

Main features of the award procedure

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 80% quality, 10% Social Value and 10% Price.
Further specifics on the above award criteria can be found in the procurement
documentation that is available to access at www.yortender.eu-supply.com
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2021/S 000-001927
IV.2.2)

Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest

Date:  22/11/2021
Local time:  13:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Tenderers are advised this process is a competitive procurement exercise conducted in the form of an Open Procedure under the Public Contracts Regulations 2015. The Authority do not commit to following the procedure precisely and reserve the right to vary the procedure from that of the Public Contracts Regulations 2015 where necessary as detailed within the Information and Instructions for Tenderers.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The award criteria is set out in the Supplier Submission Document.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
N/A
UK

VI.4.3)

Review procedure

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 will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows 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.