Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supported Living Services

  • First published: 12 September 2023
  • Last modified: 12 September 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03fba3
Published by:
Wakefield Council
Authority ID:
AA23391
Publication date:
12 September 2023
Deadline date:
11 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 covers the west of the district and comprises 14 properties with capacity to support 43 individuals.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85300000 Social work and related services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Ktowers@wakefield.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.