Opportunity

Integrated Sexual Health Service, Coventry and Warwickshire

  • Warwickshire County Council
  • Coventry City Council

F21: Social and other specific services – public contracts (contract notice)

Notice reference: 2023/S 000-002868

Published 31 January 2023, 9:01am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Contact

Heather Boyd

Email

heatherboyd@warwickshire.gov.uk

Telephone

+44 1926412430

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.warwickshire.gov.uk

one.1) Name and addresses

Coventry City Council

Coventry

Email

heatherboyd@warwicskhire.gov.uk

Country

United Kingdom

NUTS code

UKG33 - Coventry

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.coventry.goc.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/csw-jets/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/csw-jets/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated Sexual Health Service, Coventry and Warwickshire

Reference number

14759

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Warwickshire County Council (the Council), on behalf of WCC and Coventry City Council, and NHS England are seeking a provider to deliver an integrated sexual health and HIV treatment service across Coventry and Warwickshire. This procurement will lead to two separate contracts:

1. An integrated sexual health service, governed by WCC terms and conditions (on behalf of WCC and Coventry City Council)

2. An HIV treatment service, governed by NHS England terms and conditions. It is currently understood that these contracts will be novated to Integrated Care Boards as part of current health reforms

The scope of the integrated sexual health service includes provision of integrated specialised sexual health services for Coventry and Warwickshire (Genitourinary Medicine, Contraception and Sexual Health services, National Chlamydia Screening Programme (NCSP) and HIV pre-exposure prophylaxis), and delivery of the C-card (condom-distribution) scheme, with a particular focus on the use of IT to support access to, and delivery of, services.

It also includes the requirement to sub-contract with GPs and pharmacies for the sexual health services they provide (Chlamydia Screening - NCSP and adhoc testing, Emergency Hormonal Contraception provision, Long-Acting Reversible Contraception provision, and the C-card scheme) ensuring that an appropriate IT platform is provided to evidence delivery in GPs and pharmacies.

There is an expectation that the Provider(s) will also offer a wider range of services including diagnosis and treatment for non-STI conditions and broader reproductive health services.

It should be noted that any pathology testing provision related to care provided in integrated services and in primary care will need be subcontracted to a laboratory by the Provider(s). Any and all arrangements and costs associated with equipment, transport or pathology testing is included in the contract value.

The scope of the HIV treatment includes condition management and drug treatment, as laid out within the national service specification.

two.1.5) Estimated total value

Value excluding VAT: £779,266,260

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG33 - Coventry
Main site or place of performance

Within the county boundaries of Warwickshire and the city boundaries of Coventry

two.2.4) Description of the procurement

Warwickshire County Council (the Council), on behalf of WCC and Coventry City Council, and NHS England are seeking a provider to deliver an integrated sexual health and HIV treatment service across Coventry and Warwickshire.

The Tender Process:

Mid tender clarification meeting

The purpose of the mid tender clarification meeting is to identify and address any issues that may arise such as property and/or service requirements to aid bidders with their submission. These clarification meetings will be recorded and may be shared with other bidders (apart from anything that is commercially sensitive).

The Commissioners' Requirements are detailed in this and the accompanying documents included in the Appendices. The Council is prepared to discuss these Requirements as part of the clarification and participants should use these opportunities to discuss the Commissioners' Requirements for the Service in order to develop their solutions.

Please send your request for a clarification meeting with your preferred date and time and your clarification queries for discussion via www.csw-jets.co.uk at least 7 days before the meeting dates of 07 or 08 March 2023.

Tender:

Tenders will be submitted on 06 April 2023 at 12:00 noon

Clarification / Negotiation meeting(s):

The Council reserves the right to award the contract on the basis of initial tenders without undertaking any negotiations or to enter into negotiations with applicants.

If the Council elects to enter into negotiations, then the applicants will be invited to attend the negotiation meetings and will subsequently be invited to make a further submission in the next stage.

The Council may use the negotiation procedure to improve applicant' submissions and may also be used to reduce the number of applicants invited to submit further or best and final offers.

The Council has provisionally planned three rounds of negotiation however the Council reserves the right to increase or reduce the number of negotiation stages as required to achieve the best outcome for the Council. The Council also reserves the right to amend the approach to the negotiation stages, for example by having two negotiation meetings prior to resubmission rather than one.

Final Tender:

Following any negotiation applicants will be invited to submit revised tenders. These final tenders will be evaluated on the same basis as the initial tenders (as detailed in the Award Stage section).

These services may be subject to modifications and changes in order to meet the changing needs of the Council and the service and increases or decreases in funding.

two.2.6) Estimated value

Value excluding VAT: £77,926,260

two.2.7) Duration of the contract or the framework agreement

Start date

1 April 2024

End date

31 March 2034

two.2.14) Additional information

The initial contract term will be for 5 years however the Councils reserves the right to extend the contract by further periods not exceeding 60 months (60 being the maximum available extension period) at the discretion of the Council based on the contract performance of the successful applicant


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in the tender documentation.

The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on

its own evaluation of the tenderers' most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability).

The accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from

Credit Safe where this is available. The Council may also impose a bond or performance guarantee on the successful tenderer. Minimum level(s) of standards possibly required:

Evidence as stated in the tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Procedure involving negotiation

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/uksi/2015/102/contents/made

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 April 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: https://in-tendhost.co.uk/csw-jets/aspx/Home Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSW-JETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project in order to download tender documents and be able to correspond

with us about this procurement.

six.4) Procedures for review

six.4.1) Review body

High Court for England and Wales

London

Country

United Kingdom