Contract notice
Section I: Contracting
authority
I.1) Name and addresses
WAKEFIELD COUNCIL
Wakefield One Po Box 700,Burton Street
WAKEFIELD
WF12EB
UK
Contact person: Karen Towers
Telephone: +44 1924306780
E-mail: Ktowers@wakefield.gov.uk
NUTS: UKE45
Internet address(es)
Main address: https://wakefield.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
Supported Living Services
Reference number: RFS22/63
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
Reprocuring all supported living services currently provided across the four contracts provides the Council with an opportunity to reorganise the services across several separate contracts of similar size and scope and align the contracts geographically across the district. This will better support market sustainability for providers, choice for individuals and may still produce some potential for financial efficiencies over the longer term, due to economies of scale.
A review of the current services has taken place and the properties will be procured across 3 lots. It is envisaged this should provide enough work to provide economies of scale to make the lots sustainable.
Bidders will be asked to confirm which of the lots they are bidding for: Lot 1 - West, Lot 2 - East, Lot 3 - Central. Bidders can choose to bid for more than one lot and must indicate in the ITT Part 2 - Schedule 5 along with the order of preference in terms of awarding of lots - 1 being first choice, 2 second choice and 3 third choice.
The highest scoring tender will be offered their first choice of lot, second highest bidder their choice of the two remaining lots, (but only if they have selected to bid for the two remaining lots). If not, this will then move to the third highest bidder and so on. NOTE: up to a maximum of three different providers may be awarded contracts to deliver this service.
Wakefield Council is seeking tenders from suitably qualified and experienced Providers to deliver supported living services to adults with learning disabilities/autism and complex health needs ('the Service').
Service Providers must be CQC registered with a rating of no less than Requirements Improvement. Providers will be required to submit a copy of their certificate as part of their bid submission.
It is envisaged that TUPE will apply.
Tender Ref: 77546
YORtender : https://uk.eu-supply.com/login.asp?B=YORTENDER
II.1.5) Estimated total value
Value excluding VAT:
130 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
West
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKE45
II.2.4) Description of the procurement
Lot 1 covers the west of the district and comprises 14 properties with capacity to support 43 individuals.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
initial period of four years with the option to extend up to a further four years.
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
Lot No: 2
II.2.1) Title
East
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKE45
II.2.4) Description of the procurement
Lot 2 covers the east of the district and comprises 11 properties with capacity to support 38 individuals.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
initial period of four years with the option to extend up to a further four years
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
Lot No: 3
II.2.1) Title
Central
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKE45
II.2.4) Description of the procurement
Lot 3 covers the central area of the district and comprises 13 properties with capacity to support 36 individuals.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
initial period of four years with the option to extend up to a further four years
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
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:
Due to the nature of the delivery of this service, all bidding organisations (this must be the organisation named/legal entity as listed on your CQC certificate) must be CQC registered with a rating of no less than Requires Improvement and must be registered to supporting people with learning disabilities.
III.2) Conditions related to the contract
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/10/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
11/10/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The Council of the City of Wakefield
Wakefield
UK
VI.5) Date of dispatch of this notice
11/09/2023