Tender for Sexual Health Primary Prevention Service in Gloucestershire
The variant bids that will be accepted are: a single bid for either Lot A or Lot B; a combined bid for Lots A and B.
United Kingdom-Gloucester: Medical equipments, pharmaceuticals and personal care products
2017/S 162-334322
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Shire Hall
Gloucester
GL1 2TG
United Kingdom
Contact person: Mrs Ann Sadler
Telephone: +44 1452583401
E-mail: ann.sadler@gloucestershire.gov.uk
NUTS code: UKK1
Address of the buyer profile: www.gloucestershire.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Sexual Health Primary Prevention Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Lot A Prescribed Service includes the provision of condom, dental dam, and lubricant, along with HIV Testing, and support for people living with HIV and their Carers.
Lot B Developmental Services supports positive changes to people’s intended and actual sexual health behaviour and improving sexual health.
The variant bids that will be accepted are: a single bid for either Lot A or Lot B; a combined bid for Lots A and B. Bidders may also submit a combined bid for lots A and B and single bids for either Lot A or Lot B; or both. Bidders should note that if they submit a combined bid, but would also be happy to be awarded either the single lot A or lot B they must also complete the ‘provider response’ for the lot(s) in question.
NB: There is a confidentiality agreement required to access the ITT document. This needs to be signed, scanned and returned through the portal by 18.10.2017@ 10:00.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot A Prescribed Services.
Lot B Developmental Services.
The authority also reserves the right to award the Lots individually.
II.2.1)Title:
Lot A Prescribed
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
County of Gloucestershire.
II.2.4)Description of the procurement:
Lot A Prescribed Services
Maximum funding of 90 000 GBP pa is allocated for the Prevention Service.
The Council requires the Provider to deliver the Prescribed services from the Service Commencement date, 1.4.2018.
These services are:
— Condom, dental dam and lubricant distribution;
— Community based HIV testing;
— Support to people living with HIV and their Carers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended by 24 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot B Developmental Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot B Development Service
Maximum funding of 110 000 GBP pa will be allocated to the Developmental Services. These will comprise a programme of interventions to support positive changes in peoples’ intended and actual behaviour with respect to looking after and improving their sexual health.
By the 30.9.2018, the provider will have produced and agreed a Service Development Plan (‘SDP’) with the Council. The SDP will set out details of the Developmental Services and a timetable for their implementation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended by 24 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of this contract(s). Consequently, the procurement process adopted by the Authority has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Authority have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this Contract Notice at Section IV.1.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Authority.
Please login to ProContract via www.supplyingthesouthwest.org.uk and register your interest in the opportunity. You will then be issued a confidentiality agreement which needs to be completed and sent via ProContract, in order to access the ITT documents.
The last date interest can be registered is 18.10.2017 @ 10:00.
The tender submission closing date is 3.11.2017 @ 10:00.
All questions related to this contract should be sent using the ‘discussion’ function, which will be available once you have logged in and registered your interest.
VI.4.1)Review body
N/A
United Kingdom
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing, and that information has to be provided a minimum of 3 days before the expiry of the standstill period.
VI.5)Date of dispatch of this notice:
Related Posts
Delivery of the Health for Health Professionals Service
Ministry of Defence Requires Safety Training for Error Prevention
Lancashire County Council Tender for Health and Safety Training
First Aid Support Contract – Sunderland City Council
Police Custody Healthcare Tender West Yorkshire