Section one: Contracting authority
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Riverside House, Main Street
Rotherham
S60 1AE
Contact
Angela Wilson
angela-proc.wilson@rotherham.gov.uk
Telephone
+44 1709334551
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
GB173552264
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44275&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44275&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
0-19 Childrens Public Health Nursing Service
Reference number
20-154
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking to procure a provider to deliver a Service contract, managing the responsibility for the provision of a Children’s Public Health Nursing Service for the population of Rotherham.
two.1.5) Estimated total value
Value excluding VAT: £49,920,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85100000 - Health services
- 85140000 - Miscellaneous health services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Within the Borough of Rotherham
two.2.4) Description of the procurement
The Council is seeking to procure a provider to deliver a Service contract, managing the responsibility for the provision of a Children’s Public Health Nursing Service for the population of Rotherham.
.
The Children’s Public Health Nursing Service is primarily a preventative and early intervention service to deliver health care to families according to the Healthy Child Programme (HCP). The service will serve as a platform for delivering Universal, Targeted, Specialist and Community interventions to provide the wider required public health and health care outcomes.
.
The Provider will work across the whole pre-conception, 0-19 population (up to 25 years for young people with additional needs) as part of a whole system approach that is universal in reach and personalised in its response.
.
The detailed clinical scope of the services is described in the specification
.
Important Dates for your diary.
.
03/05/2022 12:00 Noon: Deadline for submissions of any requests to amend the Terms & Conditions
.
22/04/2022 12:00 Noon: Social Value Bidders Q & A /Clarification submission deadline
.
26/04/2022 10:00 am: Social Value Bidders Clarifications / Q&A session
.
The contract will be fixed for the initial 5 years at £24,960,000.and will be paid monthly in arrears at one twelfth of the £4,992,000 annual value
.
If no questions are received in respect of the social value bidders’ event, the clarification /Q&A part of the event will not go ahead.
.
Clarification questions around Social Value can still be asked up until the Tender clarification closing date.
.
The contract will be fixed for the initial 5 years at £24,960,000 and paid in equal instalments of £4,992,000 per annum.
.
There will be no facility to uplift the contract price within the 5-year contract period. Should the extension term be exercised from year 6, the cost of the Service will be change in line with the Office of National Statistics’ Consumer Price Index (CPI) of the previous September.
.
It is anticipated that the contract will commence on 01/04/2023 and will run for a period of 60 months making the expiry date 31/03/2028. The contract may then be extended for up to 5 years in any number or combination of extensions at the sole discretion of the Council, making the latest possible expiry date 31/03/2033.
.
The Council is committed to a performance and evidence-based approach to Social Value and has partnered with the Social Value Portal (SVP) to assist in the delivery of this. Based on the National TOMs (Themes, Outcomes and Measures) developed by the Social Value Portal, bidders are required to propose credible commitments against which performance (for the successful bidder) will be monitored.
.
The incumbent supplier of this service considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 apply to this contract.
.
The tender process is being conducted under the Social and Other Specific Services procedure in accordance with the Public Contracts Regulations 2015 (as amended) (“the Regulations”) but mirrors a process similar to the Open Procedure.
.
Full details of the requirements, including the Specification of requirements and all tender documentation, are available via the Council's electronic tender portal, YORtender, weblink https://uk.eu-supply.com/login.asp?B=YORTENDER, which is the link to the (Mercell Eu-Supply) YORtender tender portal site. The specific tender Ref. for this Provision of Children's Public Health Nursing Services is YORtender Ref.50574
.
For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk via email to uksupport@eu-supply.com.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £499,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contract will commence on 01/04/2023 and will run for a period of 60 months making the expiry date 31/03/2028. The contract may then be extended for up to 5 years in any number or combination of extensions at the sole discretion of the Council, making the latest possible expiry date 31/03/2033.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-005627
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom