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
E-mail: yvonne.dutton@rotherham.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.rotherham.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
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=83016&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83016&B=UK
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
Supply & Distribution of Baby Packs (1)
Reference number: 24-045
II.1.2) Main CPV code
33750000
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
720 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33000000
33700000
85000000
85300000
85310000
85320000
85322000
85323000
98000000
98300000
98390000
II.2.3) Place of performance
NUTS code:
UKE31
UKE3
UKE
UK
II.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 managed by the successful supplier.
The Councils expectation is for the provider to be able to respond and deliver the baby pack within 24/25 financial year.
.
Bidders interested in this opportunity must submit a Social Value commitment in addition to the core delivery to the scheme as referred within this Information and Instructions document.
.
Key dates for your diary:
Tender Issued 22/08/2024
Deadline for receipt of tender queries 17/09/2024
Deadline to respond to tender queries 19/09/2024
Tender return date 25/09/2024
Notification of award 01/11/2024
Standstill period 01/11/2024 – 11/11/2024
Implementation 12/11/2024 - 02/12/2024
Framework Commencement 17/12/2024
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:
720 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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
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 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
23/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
25/09/2024
Local time: 23:59
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
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
VI.5) Date of dispatch of this notice
22/08/2024