The procurement process being undertaken is based upon the "open" tendering procedure as defined by the Public Contracts Regulations 2015. This procurement process falls under the Light Touch Regime as defined by the Public Contracts Regulations 2015, Regulation 74-77.
The Authority is operating this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the PCR 2015, at Section 7 (Regulations 74 to 77) and Schedule 3.
The Targeted Impartial Information Advice and Guidance (TIIAG) service will discharge Wakefield Council's duties set out in the Education and Skills Act 2008 enabling, encouraging and assisting young people to participate in education and training with a specific emphasis being on identifying and supporting those 16 and 17 year olds who are not in education, employment or training (NEET) including those who are NEET up to 25 with special educational needs and/or disabilities and care leavers.
The Service Provider will develop and manage the Common Application Process (CAP) and E- Prospectus in line with the TIIAG duties to assists in encouraging the take up of education, training and employment and reducing NEET.
The Service Provider will collect and record information in accordance with the National Client Caseload Information System Management Information Requirements and report this information to the Department for Education monthly.
The Contract period for the TIIAG Service and E-Prospectus will be with effect from 1 October 2023 for period of 36 months ending on 30th September 2026 with the option to extend up to a further 24 months.
The Council anticipates that delivery of this Service will cost no more than £218,000 per annum for the TIIAG and E-prospectus.
It is possible that TUPE might apply.
There will be an option to cease the E-prospectus at the end of Year One after a review of the service.
Tender Documents and information can be accessed via YORtender: https://yortender.eu-supply.com/login.asp?B=YORTENDER Reference: 72666
The works required under the scope of the procurement are to demolish 14-28 Savile Road including the Round Brand Building, Castleford. The works include the removal of identified asbestos within the buildings, soft strip and demolition of the buildings, disconnection of the live services, removal of the foundations (to 1.5m depths) and the raising of fencing and levels with material. This is including all other contractor tasks identified by the Council in the tender pack.
MARKET ENGAGEMENT EXERCISE
Wakefield Council is considering an approach to provide counselling and therapeutic support to children and young people who are living in dedicated domestic abuse 'safe accommodation'.
The purpose of this market consultation is to ascertain the interest of any local providers to enable an informed decision to be made in relation to any procurement opportunities available to the Council from locally based providers from across the district and neighbouring areas within the West Yorkshire area.
Ultimately we are seeking to provide an opportunity for timely counselling and therapeutic support to be delivered to children and young people in dedicated domestic abuse safe accommodation.
This will include the coordination and delivery by the project of case consultations to a limited number of specialist domestic abuse Children and Young People workers across domestic abuse support services.
Through the market engagement exercise, we wish to understand the level of budget proposed with providing this project from November/December 2023 until 31st March 2025. An indicative maximum budget for this project would be £80,000.
Completed questionnaires and any accompanying information should be uploaded to the YORtender system (https://uk.eu-supply.com/login.asp?B=YORTENDER) reference: 76494 no later than 12:00 on Friday 4th August 2023 using the Response Wizard function.
Completed questionnaires will also be accepted via email (details outlined in the Market Consultation document).
Please note - Whilst specific information provided will not be used in any future procurement process, the feedback provided through this market engagement may be used to shape any specification should the Council go to the market for these services.
Completion of this questionnaire and any involvement in the market engagement exercise does not confer any right or expectation that the organisation will be selected for any contract should a procurement exercise be undertaken.
Wakefield Council intends to commission a seven days per week / 365 days per year short breaks service for adults with learning disabilities at two 4-bed units (‘the Service’). One unit, Cypress Road, is in Normanton and the other unit, Clarence Gardens, is in the Thornes Park area of Wakefield. The Short Breaks Service will meet the needs of service users and families / carers in a personalised way, offering choice and flexibility.
The Service will run for a period of 2 years from 04/01/2024 – 03/01/2026 with an option to extend up to 3 years, with an available budget of £721,083.00 per annum
Wakefield Council intends to commission a seven days per week / 365 days per year short breaks service for adults with learning disabilities at two 4-bed units ('the Service'). One unit, Cypress Road, is in Normanton and the other unit, Clarence Gardens, is in the Thornes Park area of Wakefield. The Short Breaks Service will meet the needs of service users and families / carers in a personalised way, offering choice and flexibility.
The Service will run for a period of 2 years from 04/01/2024 - 03/01/2026 with an option to extend up to 3 years, with an available budget of £721,083.00 per annum
Wakefield Council are seeking experienced urban designer/ landscapers to prepare a new public realm concept design and installation service for the provided design for an area of both South Kirkby and South Elmsall high street. The Council would like the provided designs to improve the character and visual look of the street scene, encourage investor confidence, allow residents and visitors to dwell within the space more effectively and incorporate greenery and sustainable planting to reduce the impact of traffic on Barnsley Road. The successful bidders will be responsible for the design, supply and installation of the approved design to the identified sites in both South Kirkby and South Elmsall.
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
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
Wakefield Council is inviting tenders for the provision of Bikeability Core modules, Level 1 and 2 combined training. Should the funding become available, the delivery of Bikeability Level 3 Training and Balance and Learn To training may be required. The delivery totals of Level 3 Training and Bikeability Plus modules such as Balance and Learn To training will be outlined following the same process outlined for Level 1 and 2 combined.
Wakefield Council is seeking a professional website developer to work with the already appointed Wakefield Exchange branding consultant Hemingway Design, utilising the Wakefield Exchange branding toolkit (to be shared with a successful bidder) to create, host and maintain a new website and online presence for Wakefield Exchange.
The Healthier Wealthier Wakefield Families service works with families in Wakefield living in poverty, supporting them to maximise their disposable income (for example by identifying low-cost/ free activities for families, or by accessing low-cost healthy food for families) and improve their quality of life. The Healthier Wealthier Wakefield Families service has a 'family focus' approach and have expertise both in family and child-related benefits and financial issues and supports families (with children under the age of 12). The Service provide a single point of contact where professionals working with families can obtain advice and support on financial issues.
The contract period is to run from the 1st of February 2024 for an initial period of 3 years and 2 months up to the 31st of March 2027, with the option to extend for up to a further 3 years to the 31st of March 2030.
The available budget for this contract is between a top budget of £150,000.00 OR less than the baseline of £146,250.00 per annum.
Please refer to the Read Me First document for further information.
The Healthier Wealthier Wakefield Families service works with families in Wakefield living in poverty, supporting them to maximise their disposable income (for example by identifying low-cost/ free activities for families, or by accessing low-cost healthy food for families) and improve their quality of life. The Healthier Wealthier Wakefield Families service has a ‘family focus’ approach and have expertise both in family and child-related benefits and financial issues and supports families (with children under the age of 12). The Service provide a single point of contact where professionals working with families can obtain advice and support on financial issues.
This procurement is for the provision of a kennelling service for stray dogs both in working hours and out of hours pursuant to the Council's duty under the Environmental Protection Act 1990. The contract will be for an initial period of two years, with an option to extend by a further two, one-year periods.
The current service provides a single point of access to advocacy services in the Wakefield district and is provided by Together for Mental Wellbeing. The current service includes Independent Mental Health Advocates (IMHAs), Independent Mental Capacity Advocates (IMCAs) and independent advocacy under the Care Act 2014. The current service is:
• independent - free from influence from the providers of health or social care, and advocates have no conflicts of interest.
• empowering - advocates always support service users, including supporting service users to speak for themselves, or (if service users are not able to do this) represent service users views as if they were their own. This enables service users to grow towards advocating for themselves.
• inclusive - recognises diversity of eligible service users and ensures no-one is prevented from accessing the service because of a difference in language, culture, disability, or capacity.
• confidential - all discussions between service users and advocates are treated as confidential. However, disclosure may be necessary in certain circumstances; and
• legally compliant - fully cognisant of the statutory requirements and guidance and/or codes of practice.
The provision of Independent Advocacy Service will commence from 1st April 2024 for a period of four years with the option to extend for up to a further three years.
The current service provides a single point of access to advocacy services in the Wakefield district and is provided by Together for Mental Wellbeing. The current service includes Independent Mental Health Advocates (IMHAs), Independent Mental Capacity Advocates (IMCAs) and independent advocacy under the Care Act 2014.
The provision of Independent Advocacy Service will commence from 1st April 2024 for a period of four years with the option to extend for up to a further three years.
Wakefield Council is considering options to provide an online application to capture the voices of children and young people to support Wakefield's Social Care and support services in ensuring all children and young people have access to a way of sharing their thoughts and feelings.
The purpose of this market consultation is to ascertain the interest of any qualified providers to enable an informed decision to be made in relation to any procurement opportunities available to the Council.
Please note - Completion of the questionnaire and any involvement in the market engagement exercise does not confer any right or expectation that the organisation will be selected for any contract should a procurement exercise be undertaken.
This procurement is for the appointment of multiple contractors onto a Framework Agreement for the crushing and screening of highways arisings for recycling. The anticipated term of the Framework Agreement will be for an initial 2 year period with the option to extend for a further two separate years.
This is for a Software as a Service Contract.
Wakefield Council is inviting tenders from suitably qualified Suppliers for the supply, commissioning and support of a Leisure Management Software Solution. This will enable the Council to fully manage its Leisure Services Provision at Aspire at the park (Pontefract), Sun Lane Leisure, Minsthorpe Leisure, Normanton Leisure, Thornes Park Stadium and Featherstone Sports Complex. There are 60 to 80 staff across the sites.
Wakefield Council is inviting tenders from suitably qualified Suppliers for the supply, commissioning and support of a Leisure Management Software Solution. This will enable the Council to fully manage its Leisure Services Provision at Aspire at the park (Pontefract), Sun Lane Leisure, Minsthorpe Leisure, Normanton Leisure, Thornes Park Stadium and Featherstone Sports Complex. There are 60 to 80 staff across the sites.
The successful Supplier must:
1. Be an experienced leisure management software specialist;
2. Support the Council to deliver the best digital customer experience possible;
3. Work with the Contracting Authority to increase customer numbers and contribute to improving the health of residents in the Wakefield District;
4. Develop their solution to ensure the provision of Leisure Services in Wakefield reflects industry trends and innovations over the whole contract period;
5. Enable the Council to use securely stored data to enhance Service delivery;
6. Hold current ISO 27001 accreditation covering the information security controls for the full scope of the solution.
Your core solution must:
1. Be cloud hosted;
2. Be hosted within the UK (United Kingdom) and compliant with relevant UK law;
3. Use additional multi-factor authentication or support Single Sign On using the Councils Azure Active directory
To access this opportunity you must be registered on the Councils e-tendering portal https://uk.eu-supply.com/login.asp?timeout=1&target=/insidemain.asp. This is the only option for accessing the tender documentation for this procurement.
For support with registration or using the portal please contact the Mercell helpdesk either by email: uksupport@eu-supply.com or tel. 0800 840 2050 during office hours ONLY (09.00 to 17.00).