London Borough Of Bexley: Community Sexual Health Services - Boroughwide

  London Borough Of Bexley has published this notice through Delta eSourcing

Notice Summary
Title: Community Sexual Health Services - Boroughwide
Notice type: Contract Notice
Authority: London Borough Of Bexley
Nature of contract: Services
Procedure: Open
Short Description: The London Borough of Bexley wishes to appoint a provider or consortia of providers to establish a co-ordinated and comprehensive Sexual Health systems and health promotion service. The appointed provider shall manage and deliver an efficient, high quality evidenced based service that is agile, innovative and responsive to the changing trends and sexual health needs of the local population. Through the co-ordination and delivery of the various elements of this specification they will provide easy access links and information to Bexley’s wider sexual health providers and residents.
Published: 22/06/2017 11:43

View Full Notice

UK-BEXLEYHEATH: Community health services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough Of Bexley
             LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
             Tel. +44 2030455300, Email: procurement@bexley.gov.uk
             Contact: PROCUREMENT SUPPORT TEAM
             Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: https://www.bexley.gov.uk/
             NUTS Code: UKI6
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/register
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://procontract.due-north.com/register to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://procontract.due-north.com/register
      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: Community Sexual Health Services - Boroughwide       
      Reference Number: 4795
      II.1.2) Main CPV Code:
      85323000 - Community health services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The London Borough of Bexley wishes to appoint a provider or consortia of providers to establish a co-ordinated and comprehensive Sexual Health systems and health promotion service.

The appointed provider shall manage and deliver an efficient, high quality evidenced based service that is agile, innovative and responsive to the changing trends and sexual health needs of the local population. Through the co-ordination and delivery of the various elements of this specification they will provide easy access links and information to Bexley’s wider sexual health providers and residents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 875,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      85323000 - Community health services.
      
      II.2.3) Place of performance:
      UKI6 Outer London – South
      
      II.2.4) Description of procurement: The London Borough of Bexley wishes to appoint a provider or consortia of providers to establish a co-ordinated and comprehensive Sexual Health systems and health promotion service. The appointed provider shall manage and deliver an efficient, high quality evidenced based service that is agile, innovative and responsive to the changing trends and sexual health needs of the local population. Through the co-ordination and delivery of the various elements of this specification they will provide easy access links and information to Bexley’s wider sexual health providers and residents.

The Service will contain the following elements:

•Provision of the Sexual Health Office Function for the Bexley National Chlamydia Screening Programme
•Provision of the Sexual Health Office Function for the Bexley Sexual Health Website managing links and pathways for GUM, Reproductive and Sexual Health and Primary Care services.
•C-Card Co-ordination (including training and development)
•Specialist Prevention for vulnerable groups, in particular, LGBTQ, Young People (up to age 25) and those at higher risk of HIV acquisition
•Development and Support of the Sex & Relationships Education (SRE) Forum
•Health Promotion and Outreach services with a strong focus on self-care.
•Bexley front line`workforce development to support the above functions

The Council is seeking options for either a 3 year or 5 year initial contract period with the option to extend for a further 2 period of up to 12 months each. Potential length of contract is either 5 or 7 years.

The estimated maximum value of the contract is £125,000 per annum.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 30
                        
            Cost criterion - Name: Price / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 875,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 02/10/2017 / End: 01/10/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: The Council is seeking options for either a 3 year or 5 year initial contract period with the option to extend for a further 2 period of up to 12 months each. Potential length of contract is either 5 or 7 years.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Council has discharged its obligations under Regulation 46(2) of the Public Contracts Regulations 2015 by providing an indication of the main reasons for its decision not to subdivide the proposed contract into Lots in the documentation. The decision to procure 'an integrated offer' was based on the independence of the services and the service user convenience both from internal clients.       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/07/2017 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/07/2017
         Time: 17:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=264415991
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
       Tel. +44 2030455124, Fax. +44 2082946385
   VI.4.2) Body responsible for mediation procedures:
             London Borough Of Bexley
          CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
          Email: PROCUREMENT@BEXLEY.GOV.UK
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
       Tel. +44 2030455123, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
   VI.5) Date Of Dispatch Of This Notice: 22/06/2017

Annex A


View any Notice Addenda

View Award Notice