Telford & Wrekin Council: Integrated Sexual Health Service

  Telford & Wrekin Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Integrated Sexual Health Service
Notice type: Contract Notice
Authority: Telford & Wrekin Council
Nature of contract: Services
Procedure: Open
Short Description: Sexual Health Services: Integrated Sexual Health Service in Telford and Wrekin delivering GU and contraceptive services through a Hub and Spoke Model, providing care for both adults and young people. This includes simple and complex GU and contraceptive care, HIV prevention and support, sexual health counselling, psychosexual services and outreach to education venues and vulnerable/high risk groups. The service will be delivered in areas of highest need within the boundaries of Telford and Wrekin which will include one Hub (location as stipulated by the Council) and Spokes.(to be identified by the provider and agreed by the Council). The provider will manage and maintain relationships with service providers and agencies who already have involvement with sexual health services.
Published: 07/10/2015 15:48
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Telford: Health services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Telford & Wrekin Council
      Darby House, Telford, TF3 4JA, United Kingdom
      Tel. +44 1952388910, Email: stacey.norwood@telford.gov.uk, URL: http://www.telford.gov.uk
      Attn: Stacey Norwood
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Integrated Sexual Health Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKG21 - Telford and Wrekin         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Health services. Sexual Health Services: Integrated Sexual Health Service in Telford and Wrekin delivering GU and contraceptive services through a Hub and Spoke Model, providing care for both adults and young people. This includes simple and complex GU and contraceptive care, HIV prevention and support, sexual health counselling, psychosexual services and outreach to education venues and vulnerable/high risk groups. The service will be delivered in areas of highest need within the boundaries of Telford and Wrekin which will include one Hub (location as stipulated by the Council) and Spokes.(to be identified by the provider and agreed by the Council). The provider will manage and maintain relationships with service providers and agencies who already have involvement with sexual health services.
         
      II.1.6)Common Procurement Vocabulary:
         85100000 - Health services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      An initial 3 year contract with the option to extend for a further 4 years in 2 x 24 month periods.                  
         Estimated value excluding VAT:
         Range between: 2,500,000 and 7,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2016
         Completion: 31/03/2019

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Minimum Level(s) of standards possibly required:
         As per ITT
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Minimum Level(s) of standards possibly required:
         As per ITT      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Quality - 70
            Cost - 20
            Interview - 10

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 05/11/2015
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/11/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Date: 06/11/2015
         Time: 12:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.

The following public sector bodies may utilise this agreement subject to the approval of Telford & Wrekin Council:

- Telford & Wrekin Clinical Commissioning Group
- NHS England
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Health-services./6ZQAQAYZQV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6ZQAQAYZQV
GO-2015107-PRO-7162825 TKR-2015107-PRO-7162824
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Telford & Wrekin Council
      Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 07/10/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Telford: Health services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Telford & Wrekin Council
       Darby House, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952388910, Email: stacey.norwood@telford.gov.uk
       Main Address: http://www.telford.gov.uk
       NUTS Code: UKG21

   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: Integrated Sexual Health Service            
      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: Sexual Health Services: Integrated Sexual Health Service in Telford and Wrekin delivering GU and contraceptive services through a Hub and Spoke Model, providing care for both adults and young people. This includes simple and complex GU and contraceptive care, HIV prevention and support, sexual health counselling, psychosexual services and outreach to education venues and vulnerable/high risk groups. The service will be delivered in areas of highest need within the boundaries of Telford and Wrekin which will include one Hub (location as stipulated by the Council) and Spokes.(to be identified by the provider and agreed by the Council). The provider will manage and maintain relationships with service providers and agencies who already have involvement with sexual health services.

      II.1.6) Information about lots
         This contract is divided into lots: No

      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,928,766
                  
         Currency:GBP

   II.2) Description    

      II.2.1) Title: Not Provided    
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
            85100000 - Health services.


      II.2.3) Place of performance
      Nuts code:
      UKG21 - Telford and Wrekin
   
      Main site or place of performance:
      Telford and Wrekin
             

      II.2.4) Description of the procurement: Integrated Sexual Health Service in Telford and Wrekin delivering GU and contraceptive services through a Hub and Spoke Model, providing care for both adults and young people. This includes simple and complex GU and contraceptive care, HIV prevention and support, sexual health counselling, psychosexual services and outreach to education venues and vulnerable/high risk groups. The service will be delivered in areas of highest need within the boundaries of Telford and Wrekin which will include one Hub (location as stipulated by the Council) and Spokes.(to be identified by the provider and agreed by the Council). The provider will manage and maintain relationships with service providers and agencies who already have involvement with sexual health services

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
      Quality criterion - Name: Cost / Weighting: 20
      Quality criterion - Name: Interview / Weighting: 10
                  
            

      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       
      A dynamic purchasing system was set up: 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
       Notice number in the OJEU: 2015/S 197-357366
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/12/2015

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             South Staffordshire & Shropshire Healthcare NHS Foundation Trust
             Trust HQ, St George’s Hospital, Corporation Street, Stafford, ST16 3AG, United Kingdom
             NUTS Code: UKG21
            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: Not Provided          
         Total value of the contract/lot: 2,928,766
         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, and the contract will be awarded on the basis of the most economically advantageous tender.

The following public sector bodies may utilise this agreement subject to the approval of Telford & Wrekin Council:

- Telford & Wrekin Clinical Commissioning Group
- NHS England
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=197714335

   VI.4) Procedures for review

      VI.4.1) Review body
          Telford & Wrekin Council
          Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom

      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: 06/04/2016