Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

BHCC EB - Healthwatch 2025

  • First published: 23 August 2024
  • Last modified: 23 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0492e2
Published by:
Brighton and Hove City Council
Authority ID:
AA41845
Publication date:
23 August 2024
Deadline date:
23 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Brighton and Hove City Council are seeking a provider to deliver its Healthwatch function from 1st April 2025. Local Healthwatch must be provided by an organisation which is a social enterprise as defined by the legislation.The Council is conducting a two-stage procedure under the Light touch regime in order to appoint a suitable Supplier, in accordance with Regulation 76 of the Regulations. Stage One comprises of Information Only questions and Pass/Fail questions. Bidders successful in Stage One will be invited to Stage Two which will comprise of either: A competitive tender stage (where multiple Bidders have passed Stage One), or, direct negotiation (where only a single Bidder has passed the Stage One).The Council may include a negotiation phase into the competitive tendering process as part of Stage Two. Full details on the process for Stage Two will be included in the Stage Two documentation. The Award Criteria for Stage Two will consist of both Quality and Price criterion.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

UK

Contact person: Mr Edward Barfoot

E-mail: edward.barfoot@brighton-hove.gov.uk

NUTS: UKJ21

Internet address(es)

Main address: http://www.brighton-hove.gov.uk/

Address of the buyer profile: https://www.brighton-hove.gov.uk/procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/sesharedservices/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent 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

BHCC EB - Healthwatch 2025

Reference number: BHCC - 037980

II.1.2) Main CPV code

85321000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Brighton and Hove City Council are seeking a provider to deliver its Healthwatch function from 1st April 2025. Local Healthwatch must be provided by an organisation which is a social enterprise as defined by the legislation.The Council is conducting a two-stage procedure under the Light touch regime in order to appoint a suitable Supplier, in accordance with Regulation 76 of the Regulations. Stage One comprises of Information Only questions and Pass/Fail questions. Bidders successful in Stage One will be invited to Stage Two which will comprise of either: A competitive tender stage (where multiple Bidders have passed Stage One), or, direct negotiation (where only a single Bidder has passed the Stage One).The Council may include a negotiation phase into the competitive tendering process as part of Stage Two. Full details on the process for Stage Two will be included in the Stage Two documentation. The Award Criteria for Stage Two will consist of both Quality and Price criterion.

II.1.5) Estimated total value

Value excluding VAT: 890 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85321000

II.2.3) Place of performance

NUTS code:

UKJ21


Main site or place of performance:

II.2.4) Description of the procurement

Please see Procurement Documents for full information

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: 890 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Optional two year extension after initial period of three years.

II.2.9) Information about the limits on the number of candidates to be invited

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Local Healthwatch must be provided by an organisation which is a social enterprise as defined by the legislation: s.222(8) of the Local Government and Public Involvement in Health Act 2007 (LGPIHA) and attendant regulations (reg 35 to 38 of the NHS Bodies and Local Authorities (Partnership Arrangements, Care Trusts, Public Health and Local Healthwatch) Regulations 2012.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/09/2024

Local time: 11:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/10/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

None

None

AF

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

22/08/2024

Coding

Commodity categories

ID Title Parent category
85321000 Administrative social services Social services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
edward.barfoot@brighton-hove.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.