Sexual Health Services Tender Cornwall
Local Authorities have a statutory duty to deliver high quality sexual health, reproductive health and HIV prevention services in accordance with the Health and Social Care Act 2013. 3 Lots.
United Kingdom-Truro: Health and social work services
2019/S 041-093155
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Treyew Road
Truro
TR1 3AY
United Kingdom
Contact person: Mrs Christine Stone
Telephone: +44 1872326050
E-mail: Christine.Stone@cornwall.gov.uk
NUTS code: UK
Address of the buyer profile: http://www.cornwall.gov.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Provision of Sexual Health Services in Cornwall
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Local Authorities have a statutory duty to deliver high quality sexual health, reproductive health and HIV prevention services in accordance with the Health and Social Care Act 2013. Cornwall Council has an obligation to adhere to the Public Contract Regulations 2015 and has explored a range of options regarding the delivery of an Integrated Comprehensive Sexual Health Service through market engagement activities and public/stakeholder consultation.
The proposed service scope includes:
— STI testing, treatment and management across a range of platforms,
— delivery of the National Chlamydia Screening Programme,
— full range of contraception including emergency contraception,
— pregnancy choices and testing services,
— HIV prevention services,
— general sexual health advice, information and promotion,
— clinical leadership and oversight of pathways across primary, tertiary and acute care settings,
— delivery education,
— workforce training and education,
— young people sexual health and contraception services.
II.1.5)Estimated total value
II.1.6)Information about lots
The Council will be appointing 1, 2 or 3 contractors to provide services for each of the 3 lots, noting that the same contractor may be appointed to multiple lots.
II.2.1)Title:
Lot 1: Open Access All Age
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Open access all age:
Contraception and sexual health service at levels 1, 2 and 3 clinical provision.
Clinical governance, clinical workforce, training and development in primary and secondary care. Local delivery of the national chlamydia screening service, integrated within GUM provision with strategic leadership/support for those participating.
This service also requires the implementation of a Digital Platform able to provide online testing, appointment booking and advice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Existing arrangements expire on 30.9.2019. New Contracts will commence on 1.10.2019, initially for a 3-year period with 2 options to extend each for a further 2 years. Potential opportunity of a 7-year contract for Lot 1 at a value of 2 500 000 GBP pa, with the exception of year 1 where an additional 100 000 GBP is available for the Digital Platform implementation. A potential 7 year value of 17 600 000 GBP.
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 2: Young People’s Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Young People’s Service:
Contraception and sexual health service levels 1-2 clinical provision, relationships and sexual health education, non-clinical workforce training, condom distribution, “You’re Welcome” accreditation scheme (SAVVY).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The existing arrangements will expire on 30.9.2019 and the new contracts will commence on 1.10.2019, initially for a 3-year period with 2 options to extend each for a further 2 years. Potentially, offering the opportunity of a 7-year contract for Lot 2 at a value of 410 000 GBP per annum. A potential 7-year value of 2 870 000 GBP.
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 3: HIV Prevention Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
HIV Prevention Services to prevent onward transmission of HIV and provide support to people living with HIV.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The existing arrangements will expire on 30.9.2019 and the new Contracts will commence on 1.10.2019, initially for a 3-year period with 2 options to extend each for a further 2 years. Potentially, offering the opportunity of a 7-year contract for Lot 3 at a value of 29 630 GBP per annum. A potential 7-year value of 207 410.
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.2.1)Previous publication concerning this procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
New County Hall, Treyew Road
Truro
TR1 3AY
United Kingdom
VI.4.2)Body responsible for mediation procedures
New County Hall, Treyew Road
Truro
TR1 3AY
United Kingdom
VI.5)Date of dispatch of this notice: