Home Help Services Wakefield
Contract for the Provision of Personal Care and Wellbeing Support Services for the Frickley Mews Extra Care Scheme.
United Kingdom-Wakefield: Home-help services
2015/S 054-094827
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Wakefield Metropolitan District Council
Wakefield One, Burton Street
Contact point(s): https://www.yortender.co.uk
For the attention of: Mr I. Ellam
WF1 2EB Wakefield
UNITED KINGDOM
Telephone: +44 1924306854
E-mail: iellam@wakefield.gov.uk
Fax: +44 1924303582
Internet address(es):
General address of the contracting authority: www.wakefield.gov.uk
Address of the buyer profile: https://www.yortender.co.uk
Electronic access to information: https://www.yortender.co.uk
Electronic submission of tenders and requests to participate: https://www.yortender.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKE43
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Contract start date expected to be 2.11.2015 (subject to building completion/handover) for a 5 year period, with the option to extend on an annual basis for a further 5 years, subject to satisfactory review.
For further details please see tender documentation on www.yortender.co.uk — reference 9UCC-DP71F4.
II.1.6)Common procurement vocabulary (CPV)
98513310 – DA28
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 6 800 000 GBP
II.2.2)Information about options
Description of these options: 5 year contract with option to extend annually for up to a further 5 years, subject to satisfactory review.
Total estimated value of 10 year contract is up to 6 800 000 GBP.
Provisional timetable for recourse to these options:
in months: 120 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 5
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: Refer to Contract Terms and Conditions and Service Specification.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Refer to Contract Terms and Conditions and Service Specification.
III.2.3)Technical capacity
Technical capacity will be assessed as per the evaluation criteria (please refer to Instructions to Tenders and Tender Evaluation Framework document).
Minimum level(s) of standards possibly required:
Please refer to the Application (PQQ and ITT document), Instructions to Tenders and Tender Evaluation Framework document and Contract Terms and Conditions.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Must hold the relevant registration with the Care Quality Commission.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of legal and democratic services, any Member of the Council who so wishes may be present at the opening. Internal Audit also has the right to attend any tender opening. Where external agencies contribute to the overall funding of a project, representatives of the agency may also attend at the opening of tenders and be allowed to make note of the tenders and receive a copy of the subsequent written report on the tenders received, provided that such persons agree to observe commercial confidentiality and be bound by the confidentiality requirements of the Local Government Act 1972, as amended.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The tender documents are available from the YORtender website www.yortender.co.uk with reference 9UCC-DP71F4. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender help-desk on +44 1670597136 or email yorkshiresupport@due-north.com.To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136288040
GO Reference: GO-2015313-PRO-6439144.
VI.4.1)Body responsible for appeal procedures
City Of Wakefield District Council
Corporate Procurement Unit
WF1 2DD Wakefield
UNITED KINGDOM
Telephone: +44 1924306969
Body responsible for mediation procedures
City Of Wakefield District Council
Corporate Procurement Unit
WF1 2DD Wakefield
UNITED KINGDOM
Telephone: +44 1924306969
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: