Kirklees Metropolitan Council : KMCAS-093 Kirklees Adult Carers Information, Advice & Advocacy Service

  Kirklees Metropolitan Council has published this notice through Delta eSourcing

Notice Summary
Title: KMCAS-093 Kirklees Adult Carers Information, Advice & Advocacy Service
Notice type: Contract Notice
Authority: Kirklees Metropolitan Council
Nature of contract: Services
Procedure: Open
Short Description: Kirklees Council (the Council) wishes to commission a Service to provide information, advice and advocacy for Adult Carers living in Kirklees and, in partnership with Kirklees Young Carers Service, to Young Adult Carers living in Kirklees. Tenderers are invited to submit Prices for the Service as specified in the Pricing Schedule. The service will be divided into 2 lots as follows: Lot 1 Kirklees Adult Carers Information and Advice Service - Maximum Annual Value £258,000 Lot 2 Kirklees Adult Carers Advocacy Service - Maximum Annual Value £42,000 All tender documentation can be obtained from https://www.YORtender.co.uk/procontract/supplier.nsf
Published: 02/12/2015 16:30

View Full Notice

UK-Huddersfield: Health and social work services.

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: lyndon.peasley@kirklees.gov.uk, URL: https://www.kirklees.gov.uk, URL: https://www.yortender.co.uk
      Contact: UKE43 - Calderdale, Kirklees and Wakefield, Attn: Lyndon Peasley
      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: KMCAS-093 Kirklees Adult Carers Information, Advice & 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. Social services. Kirklees Council (the Council) wishes to commission a Service to provide information, advice and advocacy for Adult Carers living in Kirklees and, in partnership with Kirklees Young Carers Service, to Young Adult Carers living in Kirklees.

Tenderers are invited to submit Prices for the Service as specified in the Pricing Schedule. The service will be divided into 2 lots as follows:

Lot 1 Kirklees Adult Carers Information and Advice Service - Maximum Annual Value £258,000

Lot 2 Kirklees Adult Carers Advocacy Service - Maximum Annual Value £42,000

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.
         
         85320000 - Social 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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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. Service is to provide information, advice and advocacy for Adult Carers living in Kirklees and, in partnership with Kirklees Young Carers Service, to Young Adult Carers living in Kirklees.

Tenderers are invited to submit Prices for the Service as specified in the Pricing Schedule. The service will be divided into 2 lots as follows:

Lot 1 Kirklees Adult Carers Information and Advice Service - Maximum Annual Value £258,000

Lot 2 Kirklees Adult Carers Advocacy Service - Maximum Annual Value £42,000

The contract is for 2 years with a potential to extend for a further 3 years.         
         Estimated value excluding VAT: 1,500,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 3
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2016
         Completion: 31/03/2021

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 - Kirklees Adult Carers Information and Advice Service

      1)Short Description:      
      To provide information and advice to adult carers in Kirklees.

      2)Common Procurement Vocabulary:
         85000000 - Health and social work services.
                  85320000 - Social services.
         
      3)Quantity Or Scope:      
      Service is to provide information and advice for Adult Carers living in Kirklees and, in partnership with Kirklees Young Carers Service, to Young Adult Carers living in Kirklees.            
         If known, estimated cost of works excluding VAT: 1,290,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Lot 2 - Kirklees Adult Carers Advocacy Service

      1)Short Description:      
      Provide advocacy to adult carers in Kirklees.

      2)Common Procurement Vocabulary:
         85000000 - Health and social work services.
                  85320000 - Social services.
         
      3)Quantity Or Scope:      
      Service is to provide Advocacy to Adult Carers living in Kirklees and, in partnership with Kirklees Young Carers Service, to Young Adult Carers living in Kirklees.            
         If known, estimated cost of works excluding VAT: 210,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
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:
      Payment to be made in accordance with clause 5.4 of the Conditions of Contract contained within the tender documents, including payment 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:

      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 (v) 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 the Supplier Submission 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 Supplier Submission 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 in section 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 (for Providers bidding for Lot 2 only)
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/organisation 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 it 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: KMCAS-093      
      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: 18/01/2016
      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: 18/01/2016
         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: 4 years 6 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 the Supplier Submission Document.

The procurement documentation can be found at:

https://www.YORtender.co.uk/procontract/supplier.nsf

or is available at the address set out in Section 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=174457883
GO-2015122-PRO-7399823 TKR-2015122-PRO-7399822
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: 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.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 02/12/2015

ANNEX A

View any Notice Addenda

View Award Notice