Contract notice

Information

Published

Expire date: 17/01/2023

External Reference: 2022-549836

FTS Reference: 2022-033705

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Yvonne Dutton
Telephone: +44 1709334165
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Integrated Public Health & Lifestyle Behaviour Change Service
Reference number:  21-152
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 4039200.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Main site or place of performance:  
Within the Borough of Rotherham
II.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)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4039200.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/01/2023
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)
IV.2.7)

Conditions for opening of tenders

Date:  16/01/2023
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK

VI.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.
VI.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
UK