Opportunity

Integrated Public Health & Lifestyle Behaviour Change Service

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice reference: 2022/S 000-033705

Published 28 November 2022, 4:52pm



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

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://yortender.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=52805&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=52805&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

Integrated Public Health & Lifestyle Behaviour Change Service

Reference number

21-152

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 seeking to procure a single provider capable of delivering a Healthy Lifestyle and Behaviour Change Service for the population of Rotherham.

two.1.5) Estimated total value

Value excluding VAT: £4,039,200

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

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

Rotherham Metropolitan Borough Council (RMBC) is seeking to procure a single provider capable of delivering a Healthy Lifestyle and Behaviour Change Service for the population of Rotherham. The Service will support Rotherham residents in addressing some of the key health risk factors contributing to early death and reduced quality of life in Rotherham, tobacco smoking, high blood pressure, diet, and physical inactivity. The Service will support individuals to modify and reduce their risks to health by facilitating holistic health conversations, providing smoking cessation services, weight management support and improved access to physical exercise. It is anticipated that the contract will commence on 01/10/2023 and will run for a period of 4 years (48 months) making the expiry date 30/09/2027. The contract will have an option to extend by a further 5 years (60 months) in any number or combination of extensions at the sole discretion of the Council, making the latest possible expiry date 30/09/2032. Further details including tender documentation available to download at YORtender. (https://yortender.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: £4,039,200

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the contract will commence on 01/10/2023 and will run for a period of 4 years (48 months) making the expiry date 30/09/2027. The contract will have an option to extend by a further 5 years (60 months) in any number or combination of extensions at the sole discretion of the Council, making the latest possible expiry date 30/09/2032.

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

The service will be subject to a KPI performance annual review which will inform consideration of the extension of the service, it is anticipated that the Council will commence a review of the extension from 31/09/2026


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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

16 January 2023

Local time

5:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 January 2023

Local time

5:00pm


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 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

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