[FtsS09F21SocialServicePublicNotice]

[Information]

[Published]

[ExpireDate]: 17/01/2022

[ExternalReference]: 2021-513607

[FtsReference]: 2021-028036

[FtsS09F21SocialServicePublicNotice]

[NoticeSocialPublic]

[NoticeContract]

[Services]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Kirklees Council
GB184352457
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
UK
[Contactpoint]: Amanda Greaves
[AddressPhone]: +44 1484221000
[Nutscode]:  UKE44 -  Calderdale and Kirklees
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40514&B=UK
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Kirklees Integrated Substance Misuse Service
[Fileref]:  KMCPH-022
II.1.2)

[CpvMain]

85000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Kirklees Integrated Substance Misuse Services (the “Services”). The Council is looking to procure a service which encompasses the full range of substance misuse interventions including, but not limited to, early intervention approaches, harm reduction, structured care and recovery supports. The service will be part of a wider system that the Council wants to refocus to a whole system prevention and recovery model.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 55000000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

85000000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKE44 -  Calderdale and Kirklees
[MainsiteplaceWorksDelivery]:  
The Borough of Kirklees
II.2.4)

[DescrProcurement]

Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Kirklees Integrated Substance Misuse Services (the “Services”). The Council is looking to procure a service which encompasses the full range of substance misuse interventions including, but not limited to, early intervention approaches, harm reduction, structured care and recovery supports. The service will be part of a wider system that the Council wants to refocus to a whole system prevention and recovery model. It is the Councils preference that this service will be delivered by a formal partnership of providers, which includes Kirklees third sector organisations, who have the skills, experience and relationships (to be developed as necessary) required to deliver the specified outcomes. It is further anticipated that during the life of the contract the provider(s), in partnership with the commissioner, will develop an consortia model with key partners who are involved in the delivery of relevant pathways that contribute to the achievement of the specified outcomes. The anticipated commencement date for the Contract is 1st October 2022 and the anticipated expiry date for the Contract is 30th September 2027 with the option to extend for up to a further sixty (60) months. Further details regarding the Services required are set out in the Specification and in the Conditions of Contract.
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 55000000.00  GBP
II.2.7)

[DurationContractFramework]

[DurationMonths]: 60
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

The anticipated commencement date for the Contract is 1st October 2022. The anticipated expiry date for the Contract is 30th September 2027 with the option to extend for up to a further sixty (60) months.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.4)

[ParticipationRules]

[DescrBriefRules]: The minimum criteria for consideration of this contract is described in the Selection Questionnaire document, under the scoring and assessment section. Qualitative and financial criteria are outlined in the Invitation to Tender document, including minimum score thresholds for qualitative criteria. The Council reserves the right to exclude any Bidder whom they deem to not satisfy any criteria outlined within the Tender Documentation (available from the address at 1.3 above). Applicants will Pass/Fail on the basis of being financially viable. The rationale applied will be Applicants being able to demonstrate an annual turnover of at least twice the estimated total annual value of the contract. And ideally have an asset base of at least Two Million Pounds Sterling (£2,000,000.00).
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedureForm]

[ProctypeOpen]
IV.1.11)

[AwardMainFeatures]

Quality 80%
Social Value 10%
Pricing 10%
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart] / [LimitExpressInterest]

[Date]:  10.01.2022
[Time]:  13:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of England and Wales
N/A
UK

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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.