By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

St Helens Council Employment Support Programme (Part of ESF Ways to Work Programme).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

St Helens Council
St Helens Town Hall, Victoria Square
For the attention of: Mrs Jackie Houghton
WA10 1HP St Helens
UNITED KINGDOM
Telephone: +44 1744676795
E-mail:
Fax: +44 1744676813

Internet address(es):

General address of the contracting authority: http://www.sthelens.gov.uk

Electronic access to information: http://www.the-chest.org.uk

Electronic submission of tenders and requests to participate: http://www.the-chest.org.uk

Further information can be obtained from: St Helens Council
St Helens Town Hall, Victoria Square
For the attention of: Mrs Jackie Houghton
WA10 1HP St Helens
UNITED KINGDOM
Telephone: +44 1744676795
E-mail:
Fax: +44 1744676813

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: St Helens Council
St Helens Town Hall, Victoria Square
For the attention of: Mrs Jackie Houghton
WA10 1HP St Helens
UNITED KINGDOM
Telephone: +44 1744676795
E-mail:
Fax: +44 1744676813

Tenders or requests to participate must be sent to: St Helens Council
St Helens Town Hall, Victoria Square
For the attention of: Mrs Jackie Houghton
WA10 1HP St Helens
UNITED KINGDOM
Telephone: +44 1744676795
E-mail:
Fax: +44 1744676813

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
St Helens Council Employment Support Programme (Part of ESF Ways to Work Programme).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 22: Personnel placement and supply services

NUTS code UK

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)
St Helens Council is seeking a supplier to provide a comprehensive employment support and skills development programme for Adults and Young People who reside in St Helens (the ‘Programme’), which includes delivery of Phase 2(b) of the Youth Employment Gateway (YEG) Programme in St Helens.
The Programme forms part of the wider ‘St Helens Ways to Work Programme’, which is funded by the European Social Fund (ESF) and Youth Employment Initiative (YEI).
The Programme intends to work with Adults (ESF Strand 1.1), Young People (ESF Strand 1.3) and those eligible for support through the YEG Delivery (Phase 2(b) YEG Programme) to improve personal resilience, assist participants into employment and sustain this employment.
The Programme will involve working with 3 distinct cohorts of eligible participants, these being ‘ESF Participants’, ‘YEG Participants’ and ‘YEI Participants’, who will each have their own eligibility criteria for support.
The opportunity has been advertised as a combined service in order to avoid potential conflicts of interest which would be detrimental to the performance of the contract.
The contract is for a maximum period of 29 months commencing August 2016 to December 2018.

St Helens is located in North West England between the major conurbations of Liverpool (19 km to the west) and Manchester (36 km to the east). It has a population of over 176 000 people (ONS Mid-year Population Estimates, 2012) and covers a total of 135 km2, of which approximately half is urban and half is rural. Further information about St Helens is available on our website (www.sthelens.gov.uk).

The Council is seeking to procure a supplier in accordance with the open procedure as set out in The Public Contracts Regulations 2015, Part 2, Section 3, Regulation 27 (the ‘Regulations’). All interested suppliers can submit a tender response and all bidders who meet the selection criteria set out in the Qualification Questionnaire will then proceed to the evaluation stage of the process.
Bidders will be required to complete the Qualification Questionnaire, the Questionnaire sets out the information which is required by the Authority in order to assess the suitability of potential Suppliers to provide the Required Services in terms of their technical knowledge and experience, capability/capacity, organisational and financial standing within the parameters laid out in the Regulations.
In assessing the Responses, the Authority will be seeking evidence of Suppliers' suitability to perform the Required Services in terms of economic and financial standing and technical and professional ability. Qualification criteria will be a combination of both financial and non-financial factors and will be in accordance with the Regulations and as set out in the CCS Guidelines. Section 6.4 and 6.5 (Relevant experience and contract examples) is scored. To pass and continue to tender evaluation stage, candidates must score a minimum score of 3 for each question. Full marking scheme and guidance notes are contained within the Qualification Questionnaire and Invitation to Tender documents.
No tender documents will be sent to you - you need to navigate to the ‘my opportunities’ section and download the documents from the Chest website.
If you have any questions regarding this opportunity - please post them on the ‘discussions’ facility on the Chest. Messages sent outside of the Chest will not be responded to.
All submissions must be sent through The Chest. Submissions sent via any other method will not be accepted.
Please ensure that you leave enough time to upload your documents before the closing date/time, as late submissions may not be accepted.
II.1.6)Common procurement vocabulary (CPV)

79600000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
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:
St Helens Council is seeking a supplier to provide a comprehensive employment support and skills development programme for Adults and Young People who reside in St Helens (the ‘Programme’), which includes delivery of Phase 2(b) of the Youth Employment Gateway (YEG) Programme in St Helens.
The Programme forms part of the wider ‘St Helens Ways to Work Programme’, which is funded by the European Social Fund (ESF) and Youth Employment Initiative (YEI).
The Programme intends to work with Adults (ESF Strand 1.1), Young People (ESF Strand 1.3) and those eligible for support through the YEG Delivery (Phase 2(b) YEG Programme) to improve personal resilience, assist participants into employment and sustain this employment.
The Programme will involve working with 3 distinct cohorts of eligible participants, these being ‘ESF Participants’, ‘YEG Participants’ and ‘YEI Participants’, who will each have their own eligibility criteria for support.
The opportunity has been advertised as a combined service in order to avoid potential conflicts of interest which would be detrimental to the performance of the contract.
The contract is for a maximum period of 29 months commencing August 2016 to December 2018.

St Helens is located in North West England between the major conurbations of Liverpool (19 km to the west) and Manchester (36 km to the east). It has a population of over 176 000 people (ONS Mid-year Population Estimates, 2012) and covers a total of 135 km2, of which approximately half is urban and half is rural. Further information about St Helens is available on our website (www.sthelens.gov.uk).

The Council is seeking to procure a supplier in accordance with the open procedure as set out in The Public Contracts Regulations 2015, Part 2, Section 3, Regulation 27 (the ‘Regulations’). All interested suppliers can submit a tender response and all bidders who meet the selection criteria set out in the Qualification Questionnaire will then proceed to the evaluation stage of the process.
Bidders will be required to complete the Qualification Questionnaire, the Questionnaire sets out the information which is required by the Authority in order to assess the suitability of potential Suppliers to provide the Required Services in terms of their technical knowledge and experience, capability/capacity, organisational and financial standing within the parameters laid out in the Regulations.
In assessing the Responses, the Authority will be seeking evidence of Suppliers' suitability to perform the Required Services in terms of economic and financial standing and technical and professional ability. Qualification criteria will be a combination of both financial and non-financial factors and will be in accordance with the Regulations and as set out in the CCS Guidelines. Section 6.4 and 6.5 (Relevant experience and contract examples) is scored. To pass and continue to tender evaluation stage, candidates must score a minimum score of 3 for each question. Full marking scheme and guidance notes are contained within the Qualification Questionnaire and Invitation to Tender documents.
No tender documents will be sent to you - you need to navigate to the ‘my opportunities’ section and download the documents from the Chest website.
If you have any questions regarding this opportunity - please post them on the ‘discussions’ facility on the Chest. Messages sent outside of the Chest will not be responded to.
All submissions must be sent through The Chest. Submissions sent via any other method will not be accepted.
Please ensure that you leave enough time to upload your documents before the closing date/time, as late submissions may not be accepted.
Estimated value excluding VAT: 1 535 738 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 29 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
IV.3.2)Previous publication(s) concerning the same contract

Notice on a buyer profile

Notice number in the OJEU: 2016/S 070-122817 of 9.4.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.6.2016 - 16:00
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
Persons authorised to be present at the opening of tenders: no

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:
26.5.2016