Kirklees Metropolitan Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | KMCAS-087 - Kirklees Care Act Advocacy Service |
Notice type: | Contract Notice |
Authority: | Kirklees Metropolitan Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Tenders are invited by Kirklees Council (the “Council”) from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Care Act Advocacy Service (the “Service”). It is anticipated that the contract is to commence on the 1st April 2016 and will expire on 31st March 2018 with the potential to extend for a further 3 years. All tender documentation can be obtained from https://www.YORtender.co.uk/procontract/supplier.nsf |
Published: | 28/10/2015 14:13 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees
Directorate for Commissioning, Public Health and Adult Social Care, Floor 3, Kirkgate Buildings, Byram Street, Huddersfield, HD1 1BY, United Kingdom
Tel. +44 1484221000, Email: gill.neale@kirklees.gov.uk, URL: https://www.kirklees.gov.uk, URL: https://www.yortender.co.uk
Contact: UKE43 – Calderdale, Kirklees and Wakefield, Attn: Gill Neale
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: ANNEX A.III
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: KMCAS-087 - Kirklees Care Act Advocacy Service
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:
Health and social work services. Tenders are invited by Kirklees Council (the “Council”) from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Care Act Advocacy Service (the “Service”). It is anticipated that the contract is to commence on the 1st April 2016 and will expire on 31st March 2018 with the potential to extend for a further 3 years.
All tender documentation can be obtained from https://www.YORtender.co.uk/procontract/supplier.nsf
II.1.6)Common Procurement Vocabulary:
85000000 - Health and social work services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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:
The Services required are set out in the Specification. The purpose of the Contract is to enable the Council to meet its legal duty under the Care Act in relation to advocacy. The Service will be for people who are eligible under the Care Act 2014. The Contract is for 2 years with a potential to extend for a further 3 years.
Estimated value excluding VAT: 920,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/04/2016
Completion: 31/03/2021
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:
The Contracting Authority reserves the right to require parent or ultimate holding company guarantees and/or performance bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments are to be made in accordance with Clause 5.4 of the Conditions of Contract contained within the Tender Documents published at the same time as this notice, including payments within 30 days of receipt of a valid invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability. If a tender application is made by a group of separate legal entities, then said application must also be signed by all members of the group and supporting information must be submitted as part of the application clearly defining the roles of all members and providing the information that the Tender Documents ask for, regarding each member. Also, in the case of a group application, tenderers are required to state clearly in a written statement to be signed and submitted with their other tender submissions confirming that the group will: (i) undertake joint and several liability in relation to any agreement to be entered into concerning the Council’s requirements mentioned in the Business Questionnaire; or (ii) include one member that will take primary liability for the group; or (iii) form a Company that is guaranteed without limitation by each member of the group.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As detailed in the Tender Documents published at the same time as this notice.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Article 57 and 59 to 61 of Directive 2014/24/EU and Regulations 57 and 59 to 61 of the Public Contract Regulations 2015, and as set out in the Business Questionnaire available from the address as set out in Section (I.1) of this notice, the Contracting Authority reserves the right to refuse any Applicant's application and to exclude its tender from the evaluation in any of the circumstances as follows:- (i) in the event the completed Business Questionnaire, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in this Business Questionnaire or any of the other Tender Documents; and/or (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015, which requires or permits the Council not to select or to treat any Applicant as an ineligible economic operator; and/or (iii) where stated in the criteria mentioned in Sections 1 to 16 of the Business Questionnaire published at the same time as this notice; and/or (iv) in the case of a group/consortium application (see Section (III.1.3) of this notice above), if any other member(s) of the consortium is/are excluded under (i) to (iv) above. Tenderers must complete Section C of the Business Questionnaire contained within the Tender Documents published at the same time as this notice.
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:
Applicants must complete all sections of the Business Questionnaire contained within the Tender Documents.
Minimum Level(s) of standards possibly required:
Responses to section 5 (financial information) :
Primarily for information only. HOWEVER, all Applicants must supply one of (a) to (d) in order to demonstrate financial standing as required under this Section 5. Failure to supply any one of either (a) to (d) may result in exclusion.
Any answers which lead the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the applicant’s ability to properly perform the contract) that it would be inappropriate to select the applicant on this occasion may result in exclusion.
Responses to 5.3:
If you have indicated that your parent or holding company is prepared to guarantee the performance of your Company, and the information provided in response to 5.3 leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the contract) that it would be inappropriate to select the Applicant on this occasion, this may result in exclusion.
Failure to indicate ‘Yes’ to B1 (against each of the types of insurance) in the event the Company’s insurances do not meet the Council’s minimum requirements will result in exclusion
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
6. Relevant experience and contract examples:
Responses to 6 will be scored:
Pass = Excellent examples provided (matching client requirement)
Fail = Poor examples provided (NOT matching client requirement)
7. Additional Business Questionnaire modules
A 1 - Project specific questions to assess Technical and Professional Ability
a) Any answer of “Yes”, with appropriate certification = Pass
b) “No” but willing to work towards an industry quality standard mark = Pass
Failure to indicate willingness to work towards industry quality standard mark indicates that the company/organization does not meet the Council’s minimum requirement and will result in exclusion.
Suppliers who self-certify that they that they meet the requirements for these additional modules will be required to provide evidence of this if they are successful at contract award stage.
A2: An answer of “no” or failure in the Authority receiving 3 business questionnaires matching the detail in section 6 of the questionnaire or if any information obtained from the referees leads the Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicants ability to properly perform the contract) that I would be inappropriate to select the Applicant on this occasion then the Authority reserves the right to exclude the Applicant.
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: Not Provided
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: Not Provided
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: A3QG-KSI7KQ
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 07/12/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/12/2015
Time: 13:00
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 month(s): 6
IV.3.8)Conditions for opening tenders
Place:
Kirklees Council Physical Resources & Procurement, 1st Floor, Civic Centre III, Huddersfield, HD1 2TG
Persons authorised to be present at the opening of tenders: Yes
Representatives of Kirklees Corporate Procurement Team and Kirklees Audit Team
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 54 months
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. 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 Stage 2, part A of the Suppliers Submission Document.
The Tender Documents are available from the address as set out in Section (I.1) of this notice.
Electronic ordering will be used, electronic invoicing will be accepted, and electronic payment will be used.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=165064054
GO-20151028-PRO-7252110 TKR-20151028-PRO-7252109
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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 the Contract has not been successfully resolved the Public Contracts Regulations 2015 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: 28/10/2015
ANNEX A
III) Addresses and contact points to which tenders/requests to participate must be sent:
The Council of the Borough of Kirklees
Procurement, First Floor North, Civic Centre III, Market Street, Huddersfield, HD1 2EY, United Kingdom
Email: procurement@kirklees.gov.uk, URL: https://www.yortender.co.uk
Attn: Tender Opening Officer
View any Notice Addenda
UK-Huddersfield: Health and social work services.
Section I: Contracting Authority
Title: UK-Huddersfield: Health and social work services.
I.1)Name, Addresses And Contact Point(s)
The Council of the Borough of Kirklees
Directorate for Commissioning, Public Health and Adult Social Care, Floor 3, Kirkgate Buildings, Byram Street, Huddersfield, HD1 1BY, United Kingdom
Tel. +44 1484221000, Email: gill.neale@kirklees.gov.uk, URL: https://www.kirklees.gov.uk, URL: https://www.yortender.co.uk
Contact: UKE43 – Calderdale, Kirklees and Wakefield, Attn: Gill Neale
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: KMCAS-087 - Kirklees Care Act Advocacy Service
II.1.2)Short description of the contract or purchase:
Health and social work services. Tenders are invited by Kirklees Council (the “Council”) from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Care Act Advocacy Service (the “Service”). It is anticipated that the contract is to commence on the 1st April 2016 and will expire on 31st March 2018 with the potential to extend for a further 3 years.
All tender documentation can be obtained from https://www.YORtender.co.uk/procontract/supplier.nsf
II.1.3)Common procurement vocabulary:
85000000 - Health and social work services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: A3RH-A7TI67
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2015 - 167660
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 28/10/2015
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: IV.3.1 - File Reference
Instead of: A3QG-KSI7KQ
Read: A3RH-A7TI67
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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. 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 Stage 2, part A of the Suppliers Submission Document.
The Tender Documents are available from the address as set out in Section (I.1) of this notice.
Electronic ordering will be used, electronic invoicing will be accepted, and electronic payment will be used.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=170658569
GO-2015115-PRO-7285138 TKR-2015115-PRO-7285137
VI.5)Date of dispatch: 05/11/2015
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees
Directorate for Commissioning, Public Health and Adult Social Care, Floor 3, Kirkgate Buildings, Byram Street, Huddersfield, HD1 1BY, United Kingdom
Tel. +44 1484221000, Email: gill.neale@kirklees.gov.uk
Contact: UKE43 – Calderdale, Kirklees and Wakefield
Main Address: https://www.kirklees.gov.uk, Address of the buyer profile: https://www.yortender.co.uk
NUTS Code: UKE43
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: KMCAS-087 - Kirklees Care Act Advocacy Service
Reference number: KMCAS-087
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 invited by Kirklees Council (the “Council”) from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Care Act Advocacy Service (the “Service”). It is anticipated that the contract is to commence on the 1st April 2016 and will expire on 31st March 2018 with the potential to extend for a further 3 years.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 920,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
85000000 - Health and social work services.
II.2.3) Place of performance
Nuts code:
UKE43 - Calderdale, Kirklees and Wakefield
Main site or place of performance:
Calderdale, Kirklees and Wakefield
II.2.4) Description of the procurement: Care Act Advocacy Service (the “Service”). This is a two (2) year contract with the potential to extend for a further three (3) years.
II.2.5) Award criteria:
Quality criterion - Name: Co-production / Weighting: 10
Quality criterion - Name: Care Act Advocacy / Weighting: 20
Quality criterion - Name: Safe, caring, responsive, effective, well led / Weighting: 50
Quality criterion - Name: Referrals / Weighting: 10
Quality criterion - Name: Business continuity / Weighting: 10
Quality criterion - Name: Equality and diversity / Weighting: 10
Quality criterion - Name: Safeguarding / Weighting: 20
Quality criterion - Name: Implementation timetable / Weighting: 10
Cost criterion - Name: Price - Set at £184,000 for the Service during each Financial Year / Weighting: Pass/ Fail
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 211-383292
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: KMCAS-087
Lot Number: Not Provided
Title: Kirklees Care Act Advocacy Service
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/03/2016
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Cloverleaf Advocacy 2000 Ltd
First Floor, 9 Wellington Road, Dewsbury, WF13 1HF, United Kingdom
Tel. +44 7976194410, Email: bob.carter@cloverleaf-advocacy.co.uk
Internet address: www.cloverleaf-advocacy.co.uk
NUTS Code: UKE43
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 920,000
Total value of the contract/lot: 920,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=206002947
VI.4) Procedures for review
VI.4.1) Review body
The Council of the Borough of Kirklees
Huddersfield, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority 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 the contract has not been successfully resolved the Public Contracts Regulation 2015 provided 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
Not Provided
VI.5) Date of dispatch of this notice: 04/07/2016