Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Integrated Sexual Health Services |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Council wishes to commission an integrated sexual health promotion and provision that is equitable and accessible to everyone in Thurrock. The service will enable open access, cost-effective, high quality provision for contraception and prevention, diagnosis and management of sexually transmitted infections. This must be according to evidence-based protocols and adapted to the needs of local populations. The Provider will be required to innovate, design and propose a service delivery model as part of the competitive tender process. The model should explore new ways of working whilst considering the scope of service aspirations and ensuring the required outcomes are met. The Council is seeking a collaborative approach from the provision with the Service primarily delivered by a Single (Lead Provider) with some elements sub-contracted (e.g. within Primary Care). The Provider will additionally manage out of area payments for GUM within the block contract price. |
Published: | 18/08/2017 09:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: Procurement@thurrock.gov.uk
Main Address: www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
NUTS Code: UKH32
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.thurrock.gov.uk/itt
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/T7976P2R9K 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://www.delta-esourcing.com
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: Integrated Sexual Health Services
Reference Number: PS/2017/529
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Council wishes to commission an integrated sexual health promotion and provision that is equitable and accessible to everyone in Thurrock. The service will enable open access, cost-effective, high quality provision for contraception and prevention, diagnosis and management of sexually transmitted infections. This must be according to evidence-based protocols and adapted to the needs of local populations. The Provider will be required to innovate, design and propose a service delivery model as part of the competitive tender process. The model should explore new ways of working whilst considering the scope of service aspirations and ensuring the required outcomes are met. The Council is seeking a collaborative approach from the provision with the Service primarily delivered by a Single (Lead Provider) with some elements sub-contracted (e.g. within Primary Care). The Provider will additionally manage out of area payments for GUM within the block contract price.
II.1.5) Estimated total value:
Value excluding VAT: 7,650,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH32 Thurrock
II.2.4) Description of procurement: The Council wishes to commission an integrated sexual health promotion and provision that is equitable and accessible to everyone in Thurrock. The service will enable open access, cost-effective, high quality provision for contraception and prevention, diagnosis and management of sexually transmitted infections. This must be according to evidence-based protocols and adapted to the needs of local populations. 3 The Provider will be required to innovate, design and propose a service delivery model as part of the competitive tender process. The model should explore new ways of working whilst considering the scope of service aspirations and ensuring the required outcomes are met. The Council is seeking a collaborative approach from the provision with the Service primarily delivered by a Single (Lead Provider) with some elements sub-contracted (e.g. within Primary Care). The Provider will additionally manage out of area payments for GUM within the block contract price.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Start up / Weighting: 14
Quality criterion - Name: Service Delivery / Weighting: 30
Quality criterion - Name: Safeguarding and Governance / Weighting: 8
Quality criterion - Name: Marketing, Service Improvement and Social Value / Weighting: 8
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 7,650,000
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: Yes
Description of renewals: This contract is for 3 years with an option to extend for a further 2 years so maybe renewed after 3 years or 5 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: 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 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: 13/10/2017 Time: 12:00
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:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 13/10/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: In the next 3 or 5 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the Invitation To Tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Health-services./T7976P2R9K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T7976P2R9K
VI.4) Procedures for review
VI.4.1) Review body:
Thurrock Council
Procurement Services, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.4.2) Body responsible for mediation procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thurrock Council shall incorporate a 10 calendar day standstill period starting the day after the date on which the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.5) Date Of Dispatch Of This Notice: 18/08/2017
Annex A