Section one: Contracting authority
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Financial Services
ROTHERHAM
S601AE
Contact
Lorna Byne
Telephone
+44 1709334159
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/login.asp?B=YORTENDER
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
22-304 Healthwatch Rotherham
Reference number
22-304
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Rotherham Metropolitan Borough Council (RMBC) is inviting bids from such suitable organisations (as described below) with the capability and capacity to provide a Local Healthwatch Service from 1st April 2024.
two.1.5) Estimated total value
Value excluding VAT: £645,048
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
Main site or place of performance
Within the borough of Rotherham.
two.2.4) Description of the procurement
Rotherham Metropolitan Borough Council (RMBC) is inviting bids from such suitable organisations (as described below) with the capability and capacity to provide a Local Healthwatch Service from 1st April 2024.
The Health and Social Care Act 2012 sets down a statutory requirement for the provision of a Healthwatch function to act as the consumer champion for people using publicly-funded health and social care services.
It is anticipated that the contract will commence on 01/04/2024 and will run for an initial period of 3 years making the expiry date 31/03/2027. The contract will have an option to extend by a further 1 year at the sole discretion of the Council and subject to the continued statutory requirement and funding making the latest possible expiry date 31/03/2028.
The successful provider will be allocated the full budget of £161,262 per annum available for this service. The budget is fixed and firm for the full duration of the contract including the extension term. The initial contract value equates to £483,786. The total contract value including the additional one-year extension equates to £645,048.
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.
Local Healthwatch must be provided by an organisation which is a social enterprise as defined by legislation:
Regardless of the legal structure of the organisation, it can only be a social enterprise if a person might reasonably consider that it acts for the benefit of the community in England.
Certain political activities are also prevented, by legislation, from falling within this definition.
The organisation must fall into one of the following three categories:
1. Companies limited by guarantee and registered as a charity
2. Community Interest Companies (CIC)
3. Charitable Incorporated Organisations (CIO)
Or have a constitution which:
Ensures that over 50% of its distributable profits in each financial year will be used for Healthwatch activities.
Contains a statement or condition that the local Healthwatch is carrying out its activities for the benefit of the community in England.
Contains specified provisions relating to the distribution of assets in the event of the body being dissolved or wound up.
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.
two.2.6) Estimated value
Value excluding VAT: £645,048
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As defined in the tender documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As defined in the tender documentation.
Section four. Procedure
four.1) Description
four.1.11) Main features of the award procedure
As defined in the tender documentation.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 November 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
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
WC21 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