Contract notice

Information

Published

Expire date: 31/12/2032

External Reference: 2022-529706

FTS Reference: 2022-027192

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:  UKE4 -  West Yorkshire
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=51546&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

16 + year old Leaving Care & Vulnerable Young People Accommodation & Support Purchasing System
Reference number:  57709
II.1.2)

Main CPV code

85311300  -  Welfare services for children and young people
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Council is looking to develop a Pseudo Dynamic Purchasing System (Pseudo DPS) for
the delivery of high quality placement arrangements for young people leaving care and
vulnerable young people.
We are seeking to ensure these young people can be placed with established, experienced
providers in the local area and, therefore, are looking to commission provision in the
Wakefield, Leeds, Barnsley and Kirklees Local Authority areas.
Applicants who meet and pass the Application criteria will be admitted to the Pseudo DPS.
Please note that this is not a competitive process and there is no limit to the number of
Applicants who can be appointed.
Please note, Applicants who are successfully admitted on to the PDPS are not guaranteed to
be awarded any financial provision for the duration of this arrangement.
The DPS will be for an initial period of 5 years with the option to extend for a further 5 years.
II.1.5)

Estimated total value

Value excluding VAT: 24000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1
Lot No:  Lot 1 - Group Living
II.2.2)

Additional CPV code(s)

85311300  -  Welfare services for children and young people
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
II.2.4)

Description of the procurement

Service Providers must offer Group Living accommodation which is described as a situation
where a young Person lives within a multi occupancy property and either has shared
communal facilities or lives within a ‘bed-sit’ type living space within a larger building.
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: 8000000.00  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:  
Initial period of 5 years with option to extend for an additional 5 year period
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)

Description

II.2.1)

Title

Lot 2
Lot No:  Lot 2 Supported Tenancy (Floating Support and Accommodation)
II.2.2)

Additional CPV code(s)

85311300  -  Welfare services for children and young people
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
II.2.4)

Description of the procurement

Service Providers must provide Community based accommodation services with floating
support (with sufficient space for a staff member to provide sleeping night support if/when
required), sourced within the private or registered social landlord rental market and
supported by one-to-one staffing of varying levels, to achieve the aim of the Young Person
moving to sustainable community living.
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: 8000000.00  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:  
Initial period of 5 years with option to extend for an additional 5 years
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)

Description

II.2.1)

Title

Lot 3
Lot No:  Lot 3 Floating Support only
II.2.2)

Additional CPV code(s)

85311300  -  Welfare services for children and young people
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
II.2.4)

Description of the procurement

Service Providers must provide Community based floating support to young people requiring
support to manage their accommodation
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: 8000000.00  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:  
Initial 5 years with the option to extend for an additional 5 years
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

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  31/12/2032
Local time:  23:59
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 120  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  31/12/2032
Local time:  23:59

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

For support with registration on the YORtender website or if you are having difficulties
accessing the documents through YORtender, please contact the YORtender helpdesk via
email uksupport@eu-supply.com .
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.
Providers are expected to hold a relevant and up-to-date Information Security accreditation (eg ISO27001, Cyber Essentials, NHS Data Security and Protection Toolkit) or willing to achieve this within the initial 12 months of being appointed to the PDPS.
VI.4)

Procedures for review

VI.4.1)

Review body

The Council of the City of Wakefield
Wakefield
UK

VI.4.2)

Body responsible for mediation procedures

The Council of the City of Wakefield
Wakefield
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The council will incorporate a minimum voluntary 48 hour day standstill period at the point
when information on the award of the contract is communicated to applicants. If an appeal
regarding the appointment to the PDSP 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

The Council of the City of Wakefield
Wakefield
UK
Telephone: +44 1924306781