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

Supply & Distribution of Baby Packs (1)

  • 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-049300
Published by:
Rotherham Metropolitan Borough Council
Authority ID:
AA46390
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

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
33750000 Baby care products Personal care products
85322000 Community action programme Social services
85323000 Community health services Social services
85000000 Health and social work services Other Services
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
98300000 Miscellaneous services Other community, social and personal services
98000000 Other community, social and personal services Other Services
98390000 Other services Miscellaneous services
33700000 Personal care products Medical equipments, pharmaceuticals and personal care products
85320000 Social services Social work and related services
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related 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:
yvonne.dutton@rotherham.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.