Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West Yorkshire Probation Trust
Cliff Hill House, Sandy Walk
For the attention of: Vicky Todd
WF1 2DJ Wakefield
UNITED KINGDOM
Telephone: +44 3000487143
E-mail: vicky.todd@west-yorkshire.probation.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.westyorksprobation.org.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
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Gender Specific Services for Women Offenders.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKE4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Delivery of an evidence-based, gender-specific service for all women offenders that reduces reoffending and improves positive outcomes for women offenders and their dependants. The provider must operate women-only centres that offer one stop shop and multi-modal approaches. The provider must also offer a Through The Gate service.
The provision should be in the following locations: Leeds, Bradford, Keighley, Halifax, Huddersfield, Dewsbury, Wakefield and Pontefract. These centres must be easily accessed by public transport.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The service will be managed across West Yorkshire in locations easily accessed by public transport, in the following: Leeds, Bradford, Halifax, Huddersfield and Wakefield (all open a minimum of 5 days per week) and Keighley, Dewsbury and Pontefract (all open a minimum of 1 day per week).
Estimated value excluding VAT:
Range: between 700 000,00 and 2 200 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: There will be an option to extend for a maximum of 2 years in total.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.10.2013. Completion 30.9.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the PQQ.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be assessed on the following four criteria set out in Part 4 of the Public Contracts Regulations 2006:
1. Mandatory disqualification criteria (Regulation 23(1))
2. Discretionary disqualification criteria (Regulation 23(4))
3. Information on economic and financial standing (Regulation 24)
4. Information on technical or professional ability (Regulation 25)
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As referred to in III.2.1
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As referred to in III.2.1
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated negotiated
This is a voluntary notice because it is a Part B service.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
WS_2013
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 29.4.2013 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.4.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
28.3.2013
Requirement: Rehabilitation Services