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
  
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  
 
VI.5) Date of dispatch of this notice
22/08/2024