Award

0-19 Children's Public Health Services

WAKEFIELD COUNCIL

This public procurement record has 2 releases in its history.

Award

14 Jun 2022 at 10:27

Tender

01 Nov 2021 at 10:40

Summary of the contracting process

Wakefield Council is conducting a public procurement process for the "0-19 Children's Public Health Services" in the health services industry. This procurement is currently in the Planning stage, with a contract value estimated at £80 million. The tender process follows a selective procurement method and is conducted under the “Light Touch” regime of the Public Contract Regulations 2015. Interested parties should note the deadline for submissions is set for 1 December 2021. The services required include delivering the modernised 0-19 Healthy Child Programme to support the health and wellbeing of children and their families in the Wakefield area (UKE45).

This tender presents significant opportunities for businesses involved in public health services, particularly those with expertise in community health programs, family support services, and public health interventions. Businesses offering innovative, evidence-based health solutions and those that can demonstrate a commitment to social value and community wellbeing will be well-positioned to compete for this contract. Furthermore, large organisations or consortia capable of delivering comprehensive health services may find this opportunity especially advantageous, considering the potential contract extension of up to five additional years.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

0-19 Children's Public Health Services

Notice Description

Wakefield Council is looking to engage a Service Provider to deliver all requirements of the modernised 0-19 Healthy Child Programme (HCP) to ensure ALL children, young people and their families receive the full service offer that includes evidence-based programme of interventions, including but not limited to screening tests, immunisations, developmental reviews, and information and guidance to support parenting and healthy choices. The HCP framework outlines all services that children and families need to receive if they are to achieve their optimum health and wellbeing.

Lot Information

Lot 1

The Authority is conducting this procurement process under the "Light Touch" regime of Regulations 74 to 77 of the Public Contract Regulations 2015 (SI 2015/102) (the "PCR 2015"). The Authority is following a process similar to the Competitive Procedure with Negotiation under Regulation 29 of the PCR 2015. The Authority does not commit to following the procedure precisely and reserves the right to vary the procedure from that of the PCR 2015 where necessary as detailed within the Procurement Documents. Subject to IV.1.5 it is anticipated that once candidates have been selected, the procurement will proceed to an Initial Tender and if relevant a Final Tender stage.

Options: It is anticipated that the contract can be extended at the Contracting Authority's discretion up to a maximum of a further 60 months.

Renewal: It is anticipated that the contract can be extended at the Contracting Authority's discretion up to a maximum of a further 60 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f209
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016237-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85140000 - Miscellaneous health services

85323000 - Community health services

Notice Value(s)

Tender Value
£80,000,000 £10M-£100M
Lots Value
£80,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£80,000,000 £10M-£100M

Notice Dates

Publication Date
14 Jun 20223 years ago
Submission Deadline
1 Dec 2021Expired
Future Notice Date
Not specified
Award Date
20 May 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WAKEFIELD COUNCIL
Contact Name
Karen Towers
Contact Email
ktowers@wakefield.gov.uk
Contact Phone
+44 1924306780

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 2EB
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE45 Wakefield

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

Supplier Information

Number of Suppliers
1
Supplier Name

HARROGATE AND DISTRICT NHS FOUNDATION TRUST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f209-2022-06-14T11:27:07+01:00",
    "date": "2022-06-14T11:27:07+01:00",
    "ocid": "ocds-h6vhtk-02f209",
    "description": "The value of the Contract stated in section II.1.5 takes account of the maximum possible extension to the envisaged initial five (5) year contract period. It is for the candidates that are invited to participate in negotiation to satisfy themselves of the position, but it is the initial view of the Contracting Authority that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) will apply to the Contract. Employee information is available to applicants on YORtender. The successful service provider may be required to participate in the achievement of community wellbeing and positive outcomes for its customers as well as promotion and achievement of social and economic growth and environmental and sustainability policy objectives where this is required by the Contracting Authority in the contract documentation.",
    "initiationType": "tender",
    "tender": {
        "id": "46522",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "0-19 Children's Public Health Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85140000",
            "description": "Miscellaneous health services"
        },
        "mainProcurementCategory": "services",
        "description": "Wakefield Council is looking to engage a Service Provider to deliver all requirements of the modernised 0-19 Healthy Child Programme (HCP) to ensure ALL children, young people and their families receive the full service offer that includes evidence-based programme of interventions, including but not limited to screening tests, immunisations, developmental reviews, and information and guidance to support parenting and healthy choices. The HCP framework outlines all services that children and families need to receive if they are to achieve their optimum health and wellbeing.",
        "value": {
            "amount": 80000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority is conducting this procurement process under the \"Light Touch\" regime of Regulations 74 to 77 of the Public Contract Regulations 2015 (SI 2015/102) (the \"PCR 2015\"). The Authority is following a process similar to the Competitive Procedure with Negotiation under Regulation 29 of the PCR 2015. The Authority does not commit to following the procedure precisely and reserves the right to vary the procedure from that of the PCR 2015 where necessary as detailed within the Procurement Documents. Subject to IV.1.5 it is anticipated that once candidates have been selected, the procurement will proceed to an Initial Tender and if relevant a Final Tender stage.",
                "value": {
                    "amount": 80000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is anticipated that the contract can be extended at the Contracting Authority's discretion up to a maximum of a further 60 months."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Top three scoring bidders following evaluation of the Selection Questionnaire will be invited to to participate in negotiation and submit a tender"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "10"
                        }
                    ]
                },
                "options": {
                    "description": "It is anticipated that the contract can be extended at the Contracting Authority's discretion up to a maximum of a further 60 months."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85323000",
                        "description": "Community health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE45"
                    },
                    {
                        "region": "UKE45"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40066&B=UK",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2021-12-01T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "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 a contract has not been successfully resolved 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)."
    },
    "parties": [
        {
            "id": "GB-FTS-33228",
            "name": "Wakefield Council",
            "identifier": {
                "legalName": "Wakefield Council",
                "id": "171 3131 04"
            },
            "address": {
                "streetAddress": "Wakefield One, Burton street",
                "locality": "Wakefield",
                "region": "UKE45",
                "postalCode": "WF1 2EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Karen Towers",
                "telephone": "+44 1924306780",
                "email": "ktowers@wakefield.gov.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40066&B=UK"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.wakefield.gov.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104123",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-33229",
            "name": "The Council of the City of Wakefield",
            "identifier": {
                "legalName": "The Council of the City of Wakefield"
            },
            "address": {
                "streetAddress": "Corporate Procurement Unit",
                "locality": "Wakefield",
                "postalCode": "WF1 2EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1924306781",
                "email": "procurement@wakefield.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-33230",
            "name": "Council of the City of Wakefield",
            "identifier": {
                "legalName": "Council of the City of Wakefield"
            },
            "address": {
                "streetAddress": "Corporate Procurement Team",
                "locality": "Wakefield",
                "postalCode": "WF1 2EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1924306781",
                "email": "procurement@wakefield.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-55318",
            "name": "Harrogate and District NHS Foundation Trust",
            "identifier": {
                "legalName": "Harrogate and District NHS Foundation Trust",
                "id": "654 9239 07"
            },
            "address": {
                "streetAddress": "Harrogate District Hospital, Lancaster Park Road",
                "locality": "Harrogate",
                "region": "UKE2",
                "postalCode": "HG2 7SX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "hdft.business.development@nhs.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-33228",
        "name": "Wakefield Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "016237-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "0-19 Children's Public Health Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-55318",
                    "name": "Harrogate and District NHS Foundation Trust"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "016237-2022-1-1",
            "awardID": "016237-2022-1-1",
            "title": "0-19 Children's Public Health Services",
            "status": "active",
            "value": {
                "amount": 80000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-21T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}