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://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £720,000
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 m
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: Social Value / Weighting: 20
Price - Weighting: 10
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 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: 2024/S 000-026844
Section five. Award of contract
Contract No
1
Title
Supply & Distribution of Baby Packs (1)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 November 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Field Management Ireland Ltd
Unit 3a Dundrum Business' Park Dundrum Dublin 14
DUBLIN AND Belfast
D14 WC52
Country
Ireland
NUTS code
- IE061 - Dublin
National registration number
225032
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £720,000
Total value of the contract/lot: £720,000
Section six. Complementary information
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