Wakefield Metropolitan District Council: Contract for the Provision of Personal Care and Wellbeing Support Services for the Frickley Mews Extra Care Scheme

  Wakefield Metropolitan District Council has published this notice through Delta eSourcing

Notice Summary
Title: Contract for the Provision of Personal Care and Wellbeing Support Services for the Frickley Mews Extra Care Scheme
Notice type: Contract Notice
Authority: Wakefield Metropolitan District Council
Nature of contract: Services
Procedure: Open
Short Description: Provision of Personal Care and Wellbeing Support Services for the Frickley Mews Extra Care Scheme at South Elmsall, Pontefract (see Service Specification for details) Contract start date expected to be 2 November 2015 (subject to building completion/handover) for a five year period, with the option to extend on an annual basis for a further five years, subject to satisfactory review. For further details please see tender documentation on www.yortender.co.uk - reference 9UCC-DP71F4
Published: 13/03/2015 14:49

View Full Notice

UK-Wakefield: Home-help services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wakefield Metropolitan District Council
      Wakefield One, Burton Street, Wakefield, WF1 2EB, United Kingdom
      Tel. +44 1924306854, Fax. +44 1924303582, Email: iellam@wakefield.gov.uk, URL: www.wakefield.gov.uk, URL: https://www.yortender.co.uk
      Contact: https://www.yortender.co.uk, Attn: Mr I Ellam
      Electronic Access URL: https://www.yortender.co.uk
      Electronic Submission URL: https://www.yortender.co.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Contract for the Provision of Personal Care and Wellbeing Support Services for the Frickley Mews Extra Care Scheme
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Home-help services. Provision of Personal Care and Wellbeing Support Services for the Frickley Mews Extra Care Scheme at South Elmsall, Pontefract (see Service Specification for details)
Contract start date expected to be 2 November 2015 (subject to building completion/handover) for a five year period, with the option to extend on an annual basis for a further five years, subject to satisfactory review.
For further details please see tender documentation on www.yortender.co.uk - reference 9UCC-DP71F4
         
      II.1.6)Common Procurement Vocabulary:
         98513310 - Home-help services.
            DA28-5 - Social service
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Maximum of up 966 hours of Personal Care and Wellbeing Support Services per week at Frickley Mews (unless otherwise agreed by the Council in accordance with the Contract).         
         Estimated value excluding VAT: 6,800,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: Five year contract with option to extend annually for up to a further five years, subject to satisfactory review.
Total estimated value of 10 year contract is up to £6,800,000.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 120 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 5
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 60
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payments shall be made within 30 days from receipt of valid invoices by the Council, based on evidence of service delivery. Electronic payment will be used (see Contract for details).
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Refer to Contract Terms and Conditions and Service Specification.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Operators are required to respond to questions relating to enrolment on professional or trade registers, contained within the Application (PQQ and ITT document). Responses will be assessed as per the evaluation criteria (please refer to Instructions to Tenders and Tender Evaluation Framework document).      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Economic and financial ability will be assessed as per the evaluation criteria (please refer to Instructions to Tenders and Tender Evaluation Framework document).         
         Minimum Level(s) of standards possibly required:
         Refer to Contract Terms and Conditions and Service Specification
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Technical capacity will be assessed as per the evaluation criteria (please refer to Instructions to Tenders and Tender Evaluation Framework document).         
         Minimum Level(s) of standards possibly required:
         Please refer to the Application (PQQ and ITT document), Instructions to Tenders and Tender Evaluation Framework document and Contract Terms and Conditions.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Must hold the relevant registration with the Care Quality Commission      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 9UCC-DP71F4      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 24/04/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 365
      
      IV.3.8)Conditions for opening tenders
         Date: 24/04/2015
         Time: 12:00
         Persons authorised to be present at the opening of tenders: Yes
            Representatives of legal and democratic services, any Member of the Council who so wishes may be present at the opening. Internal Audit also has the right to attend any tender opening. Where external agencies contribute to the overall funding of a project, representatives of the agency may also attend at the opening of tenders and be allowed to make note of the tenders and receive a copy of the subsequent written report on the tenders received, provided that such persons agree to observe commercial confidentiality and be bound by the confidentiality requirements of the Local Government Act 1972, as amended.


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: 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 tender documents are available from the YORtender website www.yortender.co.uk with reference 9UCC-DP71F4. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk on 01670 597136 or email yorkshiresupport@due-north.com.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136288040
GO-2015313-PRO-6439144 TKR-2015313-PRO-6439143
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      City Of Wakefield District Council
      Corporate Procurement Unit, Wakefield, WF1 2DD, United Kingdom
      Tel. +44 1924306969

      Body responsible for mediation procedures:
               City Of Wakefield District Council
         Corporate Procurement Unit, Wakefield, WF1 2DD, United Kingdom
         Tel. +44 1924306969

      VI.4.2)Lodging of appeals: 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 2006 (SI 2009/2992) 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.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 13/03/2015

ANNEX A

View any Notice Addenda

View Award Notice