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

Home Improvement Agency /Handyperson Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

North Yorkshire County Council
Legal Services County Hall
For the attention of: Neil Murray
DL7 8AD Northallerton
UNITED KINGDOM
Telephone: +44 1609536901
E-mail:

Internet address(es):

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

Address of the buyer profile: https://www.yortender.co.uk

Further information can be obtained from: North Yorkshire County Council
See VI.3 additional information
Northallerton
UNITED KINGDOM

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: North Yorkshire
See VI.3 additional information
UNITED KINGDOM

Tenders or requests to participate must be sent to: North Yorkshire County Council
See VI.3 additional information
UNITED KINGDOM

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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Home Improvement Agency /Handyperson Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: North Yorkshire.

NUTS code UKE2

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
North Yorkshire County Council wishes to award a framework contract for the provision and delivery of a home improvement agency and handyperson service (the Service) across the county of North Yorkshire.
The contract will run between 1.4.2014 and 31.3.2017. The Council will have the power to extend the contract for 1 further period of up to 1 year at the discretion of the Council and subject to satisfactory performance.
The principal aim of the Service is to enable those vulnerable people in need of support, to maintain their independence, health and well-being in their chosen home for the foreseeable future. This may include older people, people on low incomes, disabled people and other vulnerable groups determined by local circumstances.
The Service will provide fair and equitable services to people occupying properties of all tenures, although eligibility for actual services may vary.
The Service will encompass four main elements providing maximum opportunity for the delivery of positive outcomes for Service Users.
- Support for choice and well being/home safety assessments,
- Handyperson services
- Home from hospital (hospital discharges)
- Home Improvement Agency including Disabled Facilities Grants
The Service is being jointly commissioned by the Supporting People partnership of North Yorkshire which includes Health and Adult Services Directorate of North Yorkshire County Council, Health Community and the seven North Yorkshire District and Borough Councils ('Districts'), namely:-
- Harrogate Borough Council
- Selby District Council
- Richmondshire District Council
- Craven District Council
- Hambleton District Council
- Scarborough Borough Council (excluding Disabled Facilities Grant)
- Ryedale District Council (excluding Disabled Facilites Grant)
together referred to as the 'Partnership' with North Yorkshire County Council appointed to act as the lead for the commissioning of the Service.
II.1.6)Common procurement vocabulary (CPV)

98000000, 85000000, 50800000, 51416000, 51410000, 98341000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more 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:
The Service will encompass four main elements providing maximum opportunity for the delivery of positive outcomes for Service Users.
- Support for choice and well being/home safety assessments,
- Handyperson services
- Home from hospital (hospital discharges)
- Home Improvement Agency including Disabled Facilities Grants
Each of these four service elements is fully described in the Invitation to Tender documentation
The contract will be split into lots in order to ensure full coverage of all aspects of this requirement throughout North Yorkshire. Tenderers can tender for 1 or more lots. The geographical lots are outlined as follows:
Lot 1 Craven and Harrogate
Lot 2 Hambleton, Richmond
Lot 3 Scarborough and Ryedale (excluding Disabled Facilities Grant)
Lot 4 Selby
Tenderers must have the ability to provide all services within each Lot. It is not acceptable to split the number of services within each Lot.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Craven and Harrogate
1)Short description
The Service will encompass three main elements providing maximum opportunity for the delivery of positive outcomes for Service Users.
o support for choice,
o handyperson services
o home from hospital
o Home Improvement Agency including Disabled Facilities Grants
Each of these four service elements is fully described in the Invitation to Tender Documentation
Tenderers must have the ability to provide all the services within each Lot. It is not acceptable to split the number of services within each Lot.
2)Common procurement vocabulary (CPV)

98000000, 98340000, 98341100, 98341140, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Hambleton and Richmond
1)Short description
The Service will encompass four main elements providing maximum opportunity for the delivery of positive outcomes for Service Users.
o support for choice
o handyperson services
o home from hospital
o Home Improvement Agency including Disabled Facilities Grants
Each of these four service elements is fully described in the Invitation to Tender documentation
Tenderers must have the ability to provide all the services wholly within each Lot. It is not acceptable to split the number of services within each Lot
2)Common procurement vocabulary (CPV)

98000000, 98340000, 98341100, 98341140, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Scarborough and Ryedale
1)Short description
The Service will encompass three main elements providing maximum opportunity for the delivery of positive outcomes for Service Users. (does not include Home Improvement Agency including Disabled Facilities Grants)
o support for choice,
o handyperson services
o home from hospital
Each of these four service elements is fully described in the Invitation to Tender documentation.
Tenderers must have the ability to provide all the services within each Lot. It is not acceptable to split the number of services within each Lot
2)Common procurement vocabulary (CPV)

98000000, 98340000, 98341100, 98341140, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Selby
1)Short description
The Service will encompass four main elements providing maximum opportunity for the delivery of positive outcomes for Service Users.
o support for choice,
o handyperson services
o home from hospital
o Home Improvement Agency including Disabled Facilities Grants
Each of these four service elements is fully described in the Invitation to Tender documentation.
Tenderers must have the ability to provide all the services within each Lot. It is not acceptable to split the number of services within each Lot
2)Common procurement vocabulary (CPV)

98000000, 98340000, 98341100, 98341140, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Further and more detailed information will be contained in the Invitation to Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further and more detailed information will be contained in the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Further and more detailed information will be contained in the Invitation to Tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further and more detailed information will be contained in the Invitation to Tender documentation.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Further and more detailed information will be contained in the Invitation to
Tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further and more detailed information will be contained in the Invitation to
Tender documentation.
Minimum level(s) of standards possibly required: Further and more detailed information will be contained in the Invitation to Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Further and more detailed information will be contained in the Invitation to
Tender documentation.
Minimum level(s) of standards possibly required:
Further and more detailed information will be contained in the Invitation to Tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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
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:
YORE-98UFPF
IV.3.2)Previous publication(s) concerning the same contract
no
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
20.12.2013 - 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
Date: 20.12.2013 - 12:01
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

To access the tender documents you must register your organisation details on the YORtender system on the following link https://www.yortender.co.uk/ by creating a username, password and Company profile.

To view details of this contract, click on the Current Opportunities icon, the Opportunity should be displayed on the page; alternatively use the Opportunity Search icon to find the opportunity.
In the search criteria set:
- Organisation to: North Yorkshire County Council.
- Use the 'Contains' search to search by key word or the contract ID:YORE-98UFPF
- Display tenders to: All.
- Matching categories to: All.
Click search and the details of this contract should be displayed.

Once you locate the tender you will need to express your interest in this tender by clicking the Register tab which will then allow you to download any documentation required, complete and re-attach the documents to the system. This should be done in advance of the deadline date. If you require further information, guidance or support using YORtender please visit the website link https://www.yortender.co.uk/procontract/help.nsf/frm_banner_help?openform, which contains an overview of the system as well as detailed guidance for registering and participating in procurement projects. If you have specific system issues please contact the YORtender Helpdesk; tel: +44 8445434580 or email:[email protected]

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

North Yorkshire County Council
County Hall
DL7 8AD Northallerton
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: North Yorkshire County Council shall in accordancewith the Public Contracts (amendment) Regulations 2009, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.
The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision,and shall do so by notice in writing by the most rapid means of communication practicable. The information will include;
a) the criteria for the award of the contract;
b) the reasons for the decision;
c) the name of the economic operator to be awarded;
d) a precise statement when the standstill period is expected to end.
Should additional information be required, please contact the person cited in paragraph 1.1 of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2006 (SI2006 No 5) 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 brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.11.2013