Notice Information
Notice Title
Day 6 Provision
Notice Description
Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Day 6 Support (Key Stages 1/2, 3 & 4) (the "Services"). The Council requires 55 placements per academic year - Key Stage 1/2 x 5 placements, Key Stage 3 x 25 placements and Key Stage 4 x 25 placements. The Council wishes to award one Contract for the provision of all 55 placements. The maximum value of the Services to be awarded is PS1,375,000 per annum (which equates to PS25,000.00 per placement). The anticipated commencement date for the Services is 1st September 2023 until expiry on 31st August 2026, with the option to extend for a further period, or successive periods, up to 31st August 2028.
Lot Information
Lot 1
Kirklees Council wishes to meet its statutory obligations to provide education for pupils who are unable to access or who are at risk of losing a school place as a result of exclusion, behavioural needs or who are hard to place. Some pupils and students may have complex needs that require educational providers to work in cooperation with other agencies as well as parents/carers and children and young people. Kirklees Council wishes to commission a Provider to ensure high quality alternative education is provided for young people who are permanently excluded from Day 6 provision including those with social, emotional and mental health or medical needs (KS1/2 5 pupils; KS3 25 pupils; KS4 25 pupils). Additional information: This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services described in the procurement documents. The accelerated procedure has been used due to Day 6 Services been a Statutory Function and provision having to be in place from 1st September 2023. This follows an unsuccessful tender process which requires re-tendering.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c390
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016319-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £6,875,000 £1M-£10M
- Lots Value
- £6,875,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jun 20232 years ago
- Submission Deadline
- 9 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2023 - 31 Aug 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KIRKLEES COUNCIL
- Contact Name
- Kelsey Clark-Davies
- Contact Email
- kelsey.clark-davies@kirklees.gov.uk
- Contact Phone
- +44 1484221000
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD1 9EY
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE44 Calderdale and Kirklees
-
- Local Authority
- Kirklees
- Electoral Ward
- Newsome
- Westminster Constituency
- Huddersfield
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-03c390-2023-06-08T15:12:41+01:00",
"date": "2023-06-08T15:12:41+01:00",
"ocid": "ocds-h6vhtk-03c390",
"initiationType": "tender",
"tender": {
"id": "KMCCYP-170A",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Day 6 Provision",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"mainProcurementCategory": "services",
"description": "Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Day 6 Support (Key Stages 1/2, 3 & 4) (the \"Services\"). The Council requires 55 placements per academic year - Key Stage 1/2 x 5 placements, Key Stage 3 x 25 placements and Key Stage 4 x 25 placements. The Council wishes to award one Contract for the provision of all 55 placements. The maximum value of the Services to be awarded is PS1,375,000 per annum (which equates to PS25,000.00 per placement). The anticipated commencement date for the Services is 1st September 2023 until expiry on 31st August 2026, with the option to extend for a further period, or successive periods, up to 31st August 2028.",
"value": {
"amount": 6875000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Kirklees Council wishes to meet its statutory obligations to provide education for pupils who are unable to access or who are at risk of losing a school place as a result of exclusion, behavioural needs or who are hard to place. Some pupils and students may have complex needs that require educational providers to work in cooperation with other agencies as well as parents/carers and children and young people. Kirklees Council wishes to commission a Provider to ensure high quality alternative education is provided for young people who are permanently excluded from Day 6 provision including those with social, emotional and mental health or medical needs (KS1/2 5 pupils; KS3 25 pupils; KS4 25 pupils). Additional information: This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services described in the procurement documents. The accelerated procedure has been used due to Day 6 Services been a Statutory Function and provision having to be in place from 1st September 2023. This follows an unsuccessful tender process which requires re-tendering.",
"value": {
"amount": 6875000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2023-09-01T00:00:00+01:00",
"endDate": "2028-08-31T23:59:59+01:00"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
}
],
"deliveryAddresses": [
{
"region": "UKE44"
}
],
"deliveryLocation": {
"description": "Borough of Kirklees"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://yortender.eu-supply.com/login.asp?B=YORTENDER",
"otherRequirements": {
"reductionCriteria": "The minimum criteria for consideration of this contract is described in the Selection Questionnaire document, under the \"Selection Criteria\" section. In summary Bidders will be assessed on their financial stability, their previous experience of delivering Day 6 services, and adherence with relevant legislative requirements. Section 4 - Economic & Financial Standing: Tenderers will Pass or Fail on the basis of being financially viable for the Contract tendered for. The rationale applied will be: 1) Applicants being able to demonstrate that the net worth quoted on the last 2 years of their balance sheet is positive. Any applicant must have a positive net asset shown on their balance sheet, but where so accounted, any deficient on a pension fund will not be included in this analysis; and 2) Tenderers must demonstrate a minimum annual turnover of at least 1.5 times the total combined annual contract value tendered to achieve a 'Pass'. Section 8.1 - Insurance: Employers Liability PS10,000,000 Public Liability PS10,000,000 Professional Indemnity PS2,000,000 Fleet/Motor Insurance cover (where applicable) not less than five million Pounds Sterling (PS5,000,000) in relation to any one claim or series of claims - also inclusive of unlimited bodily injury insurance."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"awardCriteriaDetails": "The Council intends to award a Contract to the Tenderer offering the Most Economically Advantageous Tender in accordance with the Evaluation Criteria and weightings detailed in the Invitation to Tender document. Quality forms 60% whilst Price forms 40% of the final score. The Successful Tenderer will meet the Minimum Requirements in full, as stipulated in the Selection Questionnaire, and have the highest combined evaluation score (Quality and Price). Further specifics on the above award criteria can be found in the procurement documentation that is available to access at https://yortender.eusupply.com/login.asp?B=YORTENDER",
"tenderPeriod": {
"endDate": "2023-05-09T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award 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 arisen. 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 awarded, 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 awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-05-09T13:00:00+01:00"
},
"newValue": {
"date": "2023-05-30T13:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
]
},
{
"id": "2",
"description": "Since Publication this tender has been abandoned."
}
]
},
"parties": [
{
"id": "GB-FTS-65498",
"name": "Kirklees Council",
"identifier": {
"legalName": "Kirklees Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "PO Box 1720",
"locality": "HUDDERSFIELD",
"region": "UKE44",
"postalCode": "HD1 9EY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kelsey Clark-Davies",
"telephone": "+44 1484221000",
"email": "kelsey.clark-davies@kirklees.gov.uk",
"url": "https://yortender.eu-supply.com/login.asp?B=YORTENDER"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.kirklees.gov.uk",
"buyerProfile": "https://yortender.eu-supply.com/login.asp?B=YORTENDER",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-65498",
"name": "Kirklees Council"
},
"language": "en"
}