Public Health Procurement Framework
The Council is looking to establish a framework for the provision of key Public Health Improvement programmes as detailed below. Each programme will consist of one or more categories and providers are invited to submit tenders for any number of the categories shown. Programme 1: Smoking Cessation.
United Kingdom-Bromley: Health services
2013/S 229-398102
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Bromley
Civic Centre, Stockwell Close
For the attention of: Mike Hurst
BR1 3UH Bromley
UNITED KINGDOM
E-mail: michael.hurst@bromley.gov.uk
Internet address(es):
General address of the contracting authority: www.bromley.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Health
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Borough of Bexley
Civic Offices, Broadway
DA6 7LB Bexleyheath
UNITED KINGDOM
Section II: Object of the contract
Service category No 25: Health and social services
NUTS code UKJ4
Duration of the framework agreement
Duration in years: 2
Programme 1: Smoking Cessation
Services offering intensive support to smokers who wish to give up, either referred by their GPs or other health professional or by themselves. Patients are normally seen weekly, either on a 1:1 basis or on a group therapy basis. Services may also be required to administer Nicotine Replacement Therapies (NRT).
— Category A: Stop Smoking Service
— Category B: Stop Smoking Extra Quitter Provider
Programme 2: Weight Management
Services delivering a range of weight management initiatives including: the delivery of a free to the patient community based weight management programme in a range of settings and venues which are available to all registered patients who meet the criteria; offering support to patients in order to develop sustainable lifestyle changes in order to lose and maintain clinically significant weight loss, reduce co-morbidities and increase quality of life by addressing all factors associated with maintaining a healthy lifestyle including psychosocial functioning; and providing specialist, multi-disciplinary assessments and support to patients at high risk of CVD or diabetes, helping them to make use of a range of non-surgical options and supporting them to develop sustainable lifestyle changes in order to reduce morbidity and increase quality of life.
— Category C: Tier 3 Weight Management Intervention
— Category D: Tier 2 Weight Management Service
— Category E: Cardiovascular Disease and Diabetes Prevention Lifestyle Intervention
Programme 3: Physical Activity
The service prescribes and monitors an exercise programme tailored to the individual needs of the patient having one or more of a prescribed set of medical conditions, with the objective of increasing participation levels in physical activity and structured exercise.
— Category F: Physical Activity on Referral Service
Programme 4: Sexual Health
Includes a variety of sexual health services including: the provision of a peer support and peer mentoring service to patients diagnosed with HIV and living in the London borough of Bromley; a service providing the delivery of sustainable behaviour change of those who have been identified as most at risk of ill sexual health in the highest prevalence areas of the borough through a multi-faceted sexual health outreach programme; laboratory diagnostic services for sexually transmitted infection testing; and community pharmacy services offering Chlamydia screening and treatment, emergency contraception, HIV point of care testing, condoms and oral contraception.
— Category G: HIV Peer Support and Peer Mentoring Service including Advice and Advocacy
— Category H: Sexual Health Outreach Programme
— Category I: Laboratory Testing for Sexually Transmitted Infections
— Category J: Community Pharmacy Sexual Health Service
Programme 5: NHS Checks
Services including the delivery of the NHS Health Checks programme to eligible people in the community; the delivery by community pharmacies of the NHS Health Checks programme; and the provision of Point of Care Testing equipment used for NHS Health Checks.
— Category K: NHS Health Check Community Outreach Service
— Category L: Point of Care Testing Service to Support the NHS Health Checks Programme
— Category M: NHS Health Check – Community Pharmacy
Programme 6: Substitute Prescribing & Harm Minimisation
Services including a community pharmacy needle exchange service for injecting drug users; and a community pharmacy supervised administration of opiates service.
— Category N: Needle Exchange Service
— Category O: Supervised Administration of Medication Service
Please note that this contract is being tendered electronically through the London Tenders Portal using the Due North tendering system. In order to access documentation and to submit tenders, all potential providers must register through the ‘Suppliers Area’ of the portal at www.londontenders.org (if not already registered). Providers who are not registered will not be able to access the documents or submit a tender.
85100000
Smoking Cessation – GBP 235 000
Weight Management – GBP 99 000
Physical Activity – GBP 74 000
Sexual Health – GBP 192 000
NHS Checks – GBP 150 000
Substitute Prescribing and Harm Minimisation – £47 000
The London Borough of Bexley has indicated its intention to use the Framework and its current level of annual spend is approximately half that of Bromley.
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) 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.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
Section IV: Procedure
Section VI: Complementary information
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council’s Contract Procedure Rules and in accordance with the stated criteria.
Tenderers should note that the evaluation of the above criteria for Quality issues etc will also include the operation of minimum score thresholds. If the Tenderer’s proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) . In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this framework may also be offered to the named members of this organisation and also the London Borough of Croydon (which has expressed an interest in using this framework) and who may have similar usage volumes.
This Contract Notice has been placed on OJEU on a voluntary basis and relates to Part B services of the Public Contracts Regulations 2006 (‘the Regulations’ as amended) accordingly, the Regulations only apply in part and where necessary. The London Borough of Bromley does not bind itself to abide by any other part of the Regulations which does not expressly apply to procurements for Part B services. The Council will ensure that all applicants are treated fairly, and that there is transparency at each stage of the procurement and tendering process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79350705
GO Reference: GO-20131122-PRO-5285993
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
E-mail: mark.bowen@bromley.gov.uk
Body responsible for mediation procedures
DRS-CIArb on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@bipsolutions.com
Telephone: +44 8452707055
Internet address: http://www.bipsolutions.com/
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
E-mail: dave.starling@bromley.gov.uk
Telephone: +44 2083134639