Tender

Supply & Distribution of Baby Packs (1)

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-026844

Procurement identifier (OCID): ocds-h6vhtk-049300

Published 22 August 2024, 1:19pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Yvonne Dutton

Email

yvonne.dutton@rotherham.gov.uk

Telephone

+44 1709334165

Country

United Kingdom

Region 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.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=83016&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=83016&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

Supply & Distribution of Baby Packs (1)

Reference number

24-045

two.1.2) Main CPV code

  • 33750000 - Baby care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Council are seeking a provider with the capability and capacity to deliver a new pilot scheme on behalf of the Council for the Supply and Distribution of Baby Packs.

The baby pack scheme consists of purchasing good quality goods, assembling, and then delivering an agreed baby pack to new mums in Rotherham who have indicated to their midwife that they would like to receive a pack.

The supplier will be required to deliver up to 2,800 baby packs annually to Mums home address and subject to the volume of midwife registrations completed. This figure is based on annual birth trends over the last two years however the volumes will be subject to the completion of the registration process and may fluctuate.

Bidders interested in this opportunity must submit a Sample Baby Pack for Visual Inspection as part of the quality evaluation, this must include all items contained within the essential list.

two.1.5) Estimated total value

Value excluding VAT: £720,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33700000 - Personal care products
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 98300000 - Miscellaneous services
  • 98390000 - Other services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
  • UKE3 - South Yorkshire
  • UKE - Yorkshire and the Humber
  • UK - United Kingdom

two.2.4) Description of the procurement

The Council’s intention is to establish a single provider framework for 24 months which will enable call off orders to be placed over this period subject to the completion of a midwife registration.

.

Bidders are advised that the budget available for the provision of this scheme is £360,000 per annum over 24 months which equates to a total of £720,000 for the full pilot period. Based on the volume of projected registrations this determines a maximum budget per baby pack of £128.57 for all essential items listed and overheads.

.

The supplier will be required to deliver up to 2,800 baby packs annually subject to the volume of midwife registrations completed. This figure is based on annual birth trends over the last two years however the volumes will be subject to the completion of the registration process and may fluctuate.

.

The Council intends to call off an initial order of 1,400 units (this is based on 2 quarters of the projected births and registrations) to develop a baseline stock level to be held and managed by the successful supplier.

The Councils expectation is for the provider to be able to respond and deliver the baby pack within 24/25 financial year.

.

Bidders interested in this opportunity must submit a Social Value commitment in addition to the core delivery to the scheme as referred within this Information and Instructions document.

.

Key dates for your diary:

Tender Issued 22/08/2024

Deadline for receipt of tender queries 17/09/2024

Deadline to respond to tender queries 19/09/2024

Tender return date 25/09/2024

Notification of award 01/11/2024

Standstill period 01/11/2024 – 11/11/2024

Implementation 12/11/2024 - 02/12/2024

Framework Commencement 17/12/2024

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: £720,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

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

two.2.14) Additional information

TECHNICAL ISSUES If you experience technical issues surrounding the use of the YORtender system you should request support from the system provider (Mercell) by logging a ticket at email: uksupport@eu-supply.com or telephone: 0800 840 2050. Please note office working hours are 09:00 – 17:00.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

23 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 September 2024

Local time

11:59pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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