Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Council of the Borough of Kirklees
Civic Centre 1, High Street
Huddersfield
HD1 2NF
UK
Contact person: Stewart Horn
Telephone: +44 1484221000
E-mail: stewart.horn@kirklees.gov.uk
NUTS: UKE43
Internet address(es)
Main address: http://www.kirklees.gov.uk
Address of the buyer profile: http://www.yortender.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.yortender.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent 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
Provision of the Integrated Community Equipment Service (KMCAS-108).
Reference number: KMCAS-108
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The contracting authority wishes to commission an Integrated Community Equipment Service (‘ICES’) that enables service users to live as independently as possible, in their chosen home, and enables health and social care services to function effectively and without delay, preventing service users from developing more complex needs and protecting them and their carers from harm or injury.
The purpose of the ICES is to supply, deliver and fit a range of equipment to people who need it, both adults and children.
The contracting authority requires:
(a) a responsive service that meets the national guidelines for the delivery and collection of equipment;
(b) has IT based efficient stock control and storage facilities;
(c) has infection control measures;
(d) has delivery and collection methods; and
(e) is flexible enough to meet changes in national or local policy requirements.
II.1.5) Estimated total value
Value excluding VAT:
19 250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33100000
II.2.3) Place of performance
NUTS code:
UKE43
Main site or place of performance:
Borough of Kirklees, West Yorkshire, UK.
II.2.4) Description of the procurement
Tenders are invited by the contracting authority from economic operators with relevant experience and ability to provide the supply of equipment and aids to daily living and to deliver it to people who use such equipment and live within Kirklees (the ‘Service’ or the ‘Services’) as detailed more fully in the Appendix A (Service Specification) of the tender documents which are available to download to https://www.yortender.co.uk/procontract/supplier.nsf
This service will not be divided into lots as a consistent service is required across the whole of the borough of Kirklees.
1 contract will be awarded to one (1) successful economic operator, to deliver the full requirements of the Service Specification.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Requirements
/ Weighting: 8 %
Quality criterion: IT System
/ Weighting: 5 %
Quality criterion: Standard Equipment
/ Weighting: 3 %
Quality criterion: Cleaning and Decontamination
/ Weighting: 3 %
Quality criterion: Repair and Maintenance
/ Weighting: 4 %
Quality criterion: Deliveries
/ Weighting: 5 %
Quality criterion: Data
/ Weighting: 3 %
Quality criterion: Prescriber and Service User Involvement
/ Weighting: 2 %
Quality criterion: Seven Day Working
/ Weighting: 2 %
Quality criterion: Recycling
/ Weighting: 4 %
Quality criterion: Legacy Stock
/ Weighting: 5 %
Quality criterion: Minor Adaptations
/ Weighting: 6 %
Quality criterion: Implementation Plan
/ Weighting: 5 %
Quality criterion: Business Continuity
/ Weighting: 1 %
Quality criterion: Social Value
/ Weighting: 1 %
Quality criterion: Safeguarding
/ Weighting: 1 %
Quality criterion: Retail and Self Funding
/ Weighting: 2 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
19 250 000.00
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:
It is anticipated that the contract will initially run for a period of five (5) years with the successful economic operator, with the provision to extend the contract by up to a maximum of two (2) further twelve (12) month periods. The anticipated commencement date of the contract is 1.4.2018.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) 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 economic operators will be based solely on the criteria set out for the procurement, and the contract will be awarded to the most economically advantageous tender on the basis of the award criteria set out within the pro.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
In line with Regulations 57, 58 and 67 of the Public Contracts Regulations 2015 (SI 2015/102), which requires or permits the Council not to select or to treat as ineligible, applicants, the Council reserves the right to exclude any Tenderer whom they deem to not satisfy any criteria outlined within the Evaluation Model detailed within File 2.0 of the Tender Documents, which is available to download at: https://www.yortender.co.uk/procontract/supplier.nsf
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Finance
See Sections 4 and 5 of the Standard Selection Questionnaire in Part A of File 2.0 of the procurement documentation (‘SQ’), available to download at: https://www.yortender.co.uk/procontract/supplier.nsf
Economic operators must submit either a copy of the audited accounts for the most recent two (2) years if requested. If it cannot, then it must provide either:
a) a statement of the turnover, Profit and Loss Account/Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation;
b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or
c) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of:
a) the name of the organisation;
b) the relationship to the economic operator completing the SQ; the organisation's company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank).
Insurance
See Section 8.1 of the SQ available to download at https://www.yortender.co.uk/procontract/supplier.nsf
Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the contract, the levels of insurance cover indicated below:
a) Employer's (Compulsory) Liability Insurance — 10 000 000 GBP (in relation to any one claim or series of claims);
b) Public/ Products Liability Insurance — 10 000 000 GBP (in relation to any one claim or series of claims); and
c) Professional Indemnity Insurance -10 000 000 GBP (in relation to any one claim or series of claims).
Economic operators should also note that:
i) No insurance cover alluded to in this Section shall have an excess of more than fifty thousand Pounds Sterling 50 000 GBP without the prior approval of the contracting authority.
ii) It is a legal requirement that all companies hold Employer's (Compulsory) Liability Insurance of 5 000 000 GBP as a minimum. Please note this requirement is not applicable to Sole Traders.
iii) Economic operators must ensure that all professional consultants or sub-contractors that they intend to use for the provision of the services being tendered hold and maintain appropriate professional indemnity cover at this level also.
Minimum level(s) of standards required:
Finance
Economic operators must be able to demonstrate financial standing as required under Section 4 of the SQ. Failure to supply any one of the financial sources with their tender submission may result in exclusion.
Economic operators will Pass or Fail on the basis of being financially viable for the contract tendered for. The rationale applied will be applicants being able to demonstrate a minimum yearly turnover of not less than twice the estimated contract value (i.e. not less than 38 500 000 GBP)
In addition, any answers which leads the contracting authority acting reasonably to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform under the contract) that it would be inappropriate to select the economic on this occasion will result in exclusion.
If economic operator has also indicated that their parent or holding company is prepared to guarantee the performance of your company, the information provided in response to Section 5.1 to 5.3 will be used in the financial assessment of the applicant.
Insurance
Failure to indicate ‘Yes’ to any of the required insurances stated in Section 8.1 of the SQ will result in exclusion.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ, available to download at: https://www.yortender.co.uk/procontract/supplier.nsf
Minimum level(s) of standards required:
Pass — The economic operator has provided either:
a) at least 1 example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contracting authority's contract; or
b) a satisfactory reason as to why the applicant is unable to provide any examples of previous contracts that are relevant to the authority's requirements under this procurement that meets the minimum requirements set out in Question 6.3.
However, economic operators are asked to note that:
i) If the economic operator needs to use more than 1 example to demonstrate that you possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples.
ii) The authority reserves the right to confirm the accuracy of any information provided in response to Section 6 with any named customer contact(s).
iii) Any replies from any named customer contact(s) which lead the contracting authority, acting reasonably, to doubt any significant representations made in your responses to Section 6 may result in exclusion.
Fail — The economic operator:
1. has failed to provide any examples of any previous contracts in response to Section 6, and has failed to provide a satisfactory reason as to why they were unable to provide any examples; or
2. the examples given in response to Section 6 do not demonstrate to the satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contracting authority's contract.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The performance of the contract is subject to particular conditions, as detailed in the tender documents which are available to download at https://www.yortender.co.uk/procontract/supplier.nsf
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
31/07/2017
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
31/07/2017
Local time: 13:00
Place:
The Council of the Borough of Kirklees, Civic Centre III, Market Street, Huddersfield, HD1 2EY.
Information about authorised persons and opening procedure:
At least one (1) representative from Finance Management, Risk Performance and IT and one (1) Corporate Procurement Officer will open and record the electronic quotations received by the appointed time.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 economic operators will be based solely on the criteria set out for the procurement, and the contract will be awarded to the most economically advantageous tenders on the basis of most economically advantageous tender.
The procurement documentation can be found at: https://www.YORtender.co.uk/procontract/supplier.nsf
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
N/A
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the conclusion of the contract is communicated to tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing from the contracting authority before the conclusion of the contract. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the conclusion 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 risen. 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 concluded, 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 concluded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.
VI.5) Date of dispatch of this notice
22/05/2017