Haringey Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The Provision of Community Sexual Health Services |
Notice type: | Contract Notice |
Authority: | Haringey Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The London Borough of Haringey is commissioning community sexual health services. The services will be delivered in two lots namely: Lot 1 – Community Based Outreach and Health Promotion Lot 2 – Reproductive and Sexual Health for Young People and Long Acting Reversible Contraception (LARC) |
Published: | 22/07/2016 14:44 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Haringey Council
Corporate Procurement, Wood Green, N22 7TR, United Kingdom
Tel. +44 2084893178, Email: cputenders@haringey.gov.uk
Main Address: www.haringey.gov.uk
NUTS Code: UKI2
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: www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Not provided
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: The Provision of Community Sexual Health Services
Reference Number: Not provided
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Borough of Haringey is commissioning community sexual health services. The services will be delivered in two lots namely:
Lot 1 – Community Based Outreach and Health Promotion
Lot 2 – Reproductive and Sexual Health for Young People and Long Acting Reversible Contraception (LARC)
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Community Based Outreach and Health Promotion
Lot No: 1
II.2.2) Additional CPV codes:
85100000 - Health services.
85323000 - Community health services.
II.2.3) Place of performance:
UKI2 Outer London
II.2.4) Description of procurement: Haringey Council is seeking to procure an STI & HIV prevention and community testing service for all of its diverse population, and with particular focus on the following Haringey residents:
•BME Adult Communities (over 18’s) in Haringey. Particular attention will be given to Black African, Caribbean and Latin American communities
•BME men who have sex with men (MSM)
•BME LGBT
•Other communities in Haringey who may not be accessing services and support due to language barriers
The service will deliver a range of accessible, high-quality, responsive, cost-effective, confidential, outreach and integrated prevention services to Haringey residents, and shall collaborate and support the delivery of sexual health services in primary care and other community settings, in partnership with Haringey Council.
The service will provide direct access to sexual health services, safer sex promotion and signposting (through both staff and advertising) to other local sexual health services, including pharmacists and general practice. It is essential that this information is clearly accessible to users when services close during usual opening times as a result of capacity or unplanned reasons.
The Provider will deliver a community sexual health service that works closely with all sexual and reproductive services, GUM, Primary Care (General Practice & Pharmacies), Specialist HIV clinics, counselling and outpatients and other sexual health services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Criterion / Weighting: 50
Cost criterion - Name: Cost Criterion / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Reproductive and Sexual Health for Young People and Long Acting Reversible Contraception (LARC)
Lot No: 2
II.2.2) Additional CPV codes:
85100000 - Health services.
85323000 - Community health services.
II.2.3) Place of performance:
UKI2 Outer London
II.2.4) Description of procurement: Haringey Council is seeking to procure a young people (under 25) and LARC service in the borough. This will consist of the provision of Integrated Genito-Urinary Medicine (GUM) and Contraception and Sexual Health Services (CaSH) to under 25s and provision of Long Acting Reversible Contraception (LARC) to all women in the borough through an open access service. This service will aim to:
•Reduce the high level of STIs and unwanted pregnancies amongst young people through the provision of a targeted sexual health service. This service will be responsible for testing and treatment of STIs of under 25s. It will also deliver safer sex promotion, increasing access to contraception, early help and early identification amongst this age group.
•Reduce the levels of unwanted pregnancies amongst women in Haringey through an open access LARC service.
•Develop effective support, through improved provision and quality services for young people and women in the community
These services will deliver a range of accessible, high-quality, responsive, cost-effective, confidential sexual health services for young people and women in Haringey. The service will work collaboratively and support the delivery of sexual health services in primary care and other community settings, in partnership with Haringey Council.
The Provider will deliver a community sexual health service that works closely with all sexual and reproductive services, GUM, Primary Care (General Practice & Pharmacies), Specialist HIV clinics, counselling and outpatients and other sexual health services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Criterion / Weighting: 55
Cost criterion - Name: Cost Criterion / Weighting: 45
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
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: Not provided
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
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: 24/08/2016 Time: 13:00
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: 24/08/2016
Time: 14:00
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=210899001
VI.4) Procedures for review
VI.4.1) Review body:
Haringey Council
Corporate Procurement, Wood Green, N22 7TR, United Kingdom
Tel. +44 2084893178
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/07/2016
Annex A
View any Notice Addenda
UK-Wood Green: Health services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Haringey Council
Corporate Procurement, Wood Green, N22 7TR, United Kingdom
Tel. +44 2084893178, Email: cputenders@haringey.gov.uk
Main Address: www.haringey.gov.uk
NUTS Code: UKI2
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: The Provision of Community Sexual Health Services Reference number: Not Provided
II.1.2) Main CPV code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The London Borough of Haringey is commissioning community sexual health services. The services will be delivered in two lots namely:
Lot 1 – Community Based Outreach and Health Promotion
Lot 2 – Reproductive and Sexual Health for Young People and Long Acting Reversible Contraception (LARC)
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 31/08/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 183921
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 22/07/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.7
Place of text to be modified: Not provided
Instead of:
Date: 24/08/2016
Local Time: 13:00
Read:
Date: 12/09/2016
Local Time: 13:00
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wood-Green:-Health-services./998RWW5233
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/998RWW5233
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Haringey Council
Corporate Procurement, Wood Green, N22 7TR, United Kingdom
Tel. +44 2084893178, Email: cputenders@haringey.gov.uk
Main Address: www.haringey.gov.uk
NUTS Code: UKI2
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: The Provision of Community Sexual Health Services
Reference number: Not Provided
II.1.2) Main CPV code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Borough of Haringey is commissioning community sexual health services. The services will be delivered in two lots namely:
Lot 1 – Community Based Outreach and Health Promotion
Lot 2 – Reproductive and Sexual Health for Young People and Long Acting Reversible Contraception (LARC)
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,100,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Community Based Outreach and Health Promotion
Lot No:1
II.2.2) Additional CPV code(s):
85100000 - Health services.
85323000 - Community health services.
II.2.3) Place of performance
Nuts code:
UKI2 - Outer London
Main site or place of performance:
Outer London
II.2.4) Description of the procurement: Haringey Council is seeking to procure an STI & HIV prevention and community testing service for all of its diverse population, and with particular focus on the following Haringey residents:
•BME Adult Communities (over 18’s) in Haringey. Particular attention will be given to Black African, Caribbean and Latin American communities
•BME men who have sex with men (MSM)
•BME LGBT
•Other communities in Haringey who may not be accessing services and support due to language barriers
The service will deliver a range of accessible, high-quality, responsive, cost-effective, confidential, outreach and integrated prevention services to Haringey residents, and shall collaborate and support the delivery of sexual health services in primary care and other community settings, in partnership with Haringey Council.
II.2.5) Award criteria:
Quality criterion - Name: Quality Criterion / Weighting: 50
Cost criterion - Name: Cost Criterion / Weighting: 50
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Reproductive and Sexual Health for Young People and Long Acting Reversible Contraception (LARC)
Lot No:2
II.2.2) Additional CPV code(s):
85100000 - Health services.
85323000 - Community health services.
II.2.3) Place of performance
Nuts code:
UKI2 - Outer London
Main site or place of performance:
Outer London
II.2.4) Description of the procurement: Haringey Council is seeking to procure a young people (under 25) and LARC service in the borough. This will consist of the provision of Integrated Genito-Urinary Medicine (GUM) and Contraception and Sexual Health Services (CaSH) to under 25s and provision of Long Acting Reversible Contraception (LARC) to all women in the borough through an open access service.These services will deliver a range of accessible, high-quality, responsive, cost-effective, confidential sexual health services for young people and women in Haringey. The service will work collaboratively and support the delivery of sexual health services in primary care and other community settings, in partnership with Haringey Council.
The Provider will deliver a community sexual health service that works closely with all sexual and reproductive services, GUM, Primary Care (General Practice & Pharmacies), Specialist HIV clinics, counselling and outpatients and other sexual health services.
II.2.5) Award criteria:
Quality criterion - Name: Quality Criterion / Weighting: 55
Cost criterion - Name: Cost Criterion / Weighting: 45
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: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/01/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Embrace UK Community Support Centre
Selby Centre, Selby Road, Haringey, London, London, N17 8JL, United Kingdom
NUTS Code: UKI2
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 1,100,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/03/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Central and North West London NHS Foundation Trust
Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
NUTS Code: UKI2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,000,000
Total value of the contract/lot: 5,046,939
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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=248970958
VI.4) Procedures for review
VI.4.1) Review body
Haringey Council
Corporate Procurement, Wood Green, N22 7TR, United Kingdom
Tel. +44 2084893178
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 12/04/2017