Opportunity

0-19 Childrens Public Health Nursing Service

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice reference: 2022/S 000-009172

Published 5 April 2022, 5:09pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Angela Wilson

Email

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

https://www.rotherham.gov.uk/

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