Section one: Contracting authority
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Riverside House, Main Street
Rotherham
S60 1AE
Contact
Yvonne Dutton
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
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