Opportunity

Sexual Health and Reproductive Services

  • Liverpool City Council

F02: Contract notice

Notice reference: 2021/S 000-006735

Published 31 March 2021, 5:22pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Mr Roger Ruffles

Email

Roger.Ruffles@liverpool.gov.uk

Telephone

+44 1512330590

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=87581ac3-0d92-eb11-810c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=87581ac3-0d92-eb11-810c-005056b64545

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

Sexual Health and Reproductive Services

Reference number

DN517038

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Please access the tender through Procontract, by searching for DN517038 - Sexual Health and Reproductive Services. Tender documents can be freely accessed and downloaded from here. If you experience any difficulties accessing, please contact Procontract helpdesk services in the first instance. Liverpool City Council is seeking a system leader to manage and develop the sexual & reproductive health system across the city, forging critical partnerships with other trusts and organisations, charitable sector organisations and our local population in order to truly improve patient care, pathways and outcomes city-wide. The Council will be actively procuring a new integrated sexual & reproductive health service during 2021. A pre-launch bidder event was held to provide information related to how the residents of Liverpool would like to receive their services. We provided potential bidders with information about the procurement process and what will be required (eg. Model sought, scope of services, the ask) and provided indicative timelines - all this information, updated and final, is in this tender document. This requirement recognises the need for the provider and Liverpool City Council (LCC) to work together to shape the service based on sexual health needs assessment to identify the needs of specific populations within the city. This will include those groups where the burden of sexual ill health is recognised to be greater, but also particularly vulnerable groups, those with protected characteristics and others. The provider must recognise the need to be responsive to changing needs and emerging trends within Liverpool – this may include emerging infections, new technologies, changing population profile, and/or changing behaviours. The service is required to be provided across the city in a range of settings by a multi –disciplinary team of clinical and non-clinical professionals.

two.1.5) Estimated total value

Value excluding VAT: £6,447,610

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85110000 - Hospital and related services
  • 85120000 - Medical practice and related services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

Liverpool City Council is seeking a system leader to manage and develop the sexual & reproductive health system across the city, forging critical partnerships with other trusts and organisations, charitable sector organisations and our local population in order to truly improve patient care, pathways and outcomes city-wide. The Council will be actively procuring a new integrated sexual & reproductive health service during 2021. A pre-launch bidder event will provide information related to how the residents of Liverpool would like to receive their services.

A budget envelope for this work has been provided on an indicitive basis only. Please access through Procontract reference DN517038.

We will provide bidders with information about the procurement process and what will be required (eg. Model sought, scope of services, the ask) and provide timelines. We recognise the need for the provider and Liverpool City Council (LCC) to work together to shape the service based on sexual health needs assessment to identify the needs of specific populations within the city. This will include those groups where the burden of sexual ill health is recognised to be greater, but also particularly vulnerable groups, those with protected characteristics and others. The provider must recognise the need to be responsive to changing needs and emerging trends within Liverpool – this may include emerging infections, new technologies, changing population profile, and/or changing behaviours. The service is required to be provided across the city in a range of settings by a multi –disciplinary team of clinical and non-clinical professionals.

two.2.5) Award criteria

Quality criterion - Name: Service Vision, Model & Delivery – Staffing/Clinic Mix/Vision / Weighting: 14%

Quality criterion - Name: Service Vision, Model & Delivery – Outcomes for Young People / Weighting: 7%

Quality criterion - Name: Service Vision, Model & Delivery – GP/Pharmacy Interdependency / Weighting: 7%

Quality criterion - Name: Service Vision, Model & Delivery – Accommodation Plans / Weighting: 7%

Quality criterion - Name: Outreach Vulnerable Groups and Reducing Inequalities / Weighting: 10%

Quality criterion - Name: Digital e-SRH Provision / Weighting: 10%

Quality criterion - Name: System & Clinical Leadership / Weighting: 10%

Quality criterion - Name: Contract Mobilisation / Weighting: 7.5%

Quality criterion - Name: Performance Management and Evaluation / Weighting: 7.5%

Quality criterion - Name: Fair City/Social Value / Weighting: 10%

Quality criterion - Name: Presentation – Covering All Questions as Provided Above / Weighting: 0: Scores reviewa for decrease

Price - Weighting: 10

two.2.6) Estimated value

Value excluding VAT: £6,447,610

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Optional extensions of 24 months and then 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

11 May 2021

Local time

2:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 May 2021

Local time

2:00pm

Place

Electronic unsealing.

A checking process will follow to ensure submission is correct.

Tenders will be evaluated by assessors on technical first, and then price second.

Information about authorised persons and opening procedure

Details contained within tender documentation, with indicative professions of evaluators.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Liverpool City Council

Cunard Building, Water Street

Liverpool

L3 1DS

Email

roger.ruffles@liverpool.gov.uk

Country

United Kingdom

Internet address

https://procontract.due-north.com/Home/About

six.4.2) Body responsible for mediation procedures

CEDR

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Telephone

+44 2075366000

Country

United Kingdom

Internet address

https://www.cedr.com/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Contained within the tender documentation, freely accessible.

six.4.4) Service from which information about the review procedure may be obtained

Liverpool City Council

Cunard Building, Water Street

Liverpool

L3 1DS

Email

Caroline.Moss@liverpool.gov.uk

Country

United Kingdom

Internet address

https://procontract.due-north.com/Home/About