Sexual Health Early Intervention Service London
The London Borough of Bromley is inviting tenders from suitably experienced and skilled organisations for the provision of a new Community Sexual Health Early Intervention Service.
United Kingdom-Bromley: Health and social work services
2016/S 234-426966
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Stockwell Close
Bromley
BR1 3UH
United Kingdom
E-mail: echs.contractsteam@bromley.gov.uk
NUTS code: UKJ4
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Sexual Health Early Intervention Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Bromley is inviting tenders from suitably experienced and skilled organisations for the provision of a new Community Sexual Health Early Intervention Service. The service will comprise the following elements (service areas) that target specific ‘at risk’ groups within the local population in Bromley:
1. Health Promotion and Outreach Services.
2. Online Chlamydia Screening and STI/HIV Home-Sampling Service.
3. Specialist prevention for the Bromley LGBTQ population.
4. Community HIV Clinical Nurse Specialist Service.
5. Community Contraception and Reproductive Health Service.
The tender opportunity will be run electronically through the London Tenders Portal and suppliers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kent.
II.2.4)Description of the procurement:
Bromley’s vision is that the service will operate as a single entity with one organisation managing it as Lead Organisation responsible for information sharing and performance monitoring for all elements. They must demonstrate significant reach into community and voluntary sector services operating in the borough and will need to work collaboratively with other providers to fulfil the service requirements. Bids may be from existing consortia or from a group of organisations where 1 acts as Lead Organisation; the bidding entity, however formed, must be able to provide all of the elements.
Organisations that cannot bid as Lead Organisation but could provide one or more element may be directed to the Lead Organisation if and when a contract is awarded to be considered as a consortium member or sub-contractor.
II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
The anticipated contract start date is 1.10.2017 (or as otherwise directed by the Council). Initial contract period will be for two years with the option to extend for 2 further periods of 1 year. The estimated contract value is based on all extension periods being taken up.
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
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).
An indicative use of this model can be downloaded from the Council’s website athttp://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Form of procedure
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.2)Information about electronic workflows
VI.3)Additional information:
The Council works with the London Boroughs of Bexley, Lewisham, Greenwich, Lambeth, Southwark and Croydon. In addition to the bodies identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to the above mentioned organisations who may have similar usage volumes.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations. Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=225392762
GO Reference: GO-2016122-PRO-9182851.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
The Strand, Holborn
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder’s size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must first be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor’s Department and is not routinely given.
VI.4.4)Service from which information about the review procedure may be obtained
The Strand, Holborn
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Mental Health Rehabilitation Framework Lancashire
Gateshead Council Advocacy Services Contract
Regional Paediatric Sexual Assault Services – East Midlands
Healthwatch Sunderland Delivery Contract