Opportunity

Adult Sexual Health services

  • Doncaster Council

F02: Contract notice

Notice reference: 2021/S 000-010476

Published 12 May 2021, 5:55pm



Section one: Contracting authority

one.1) Name and addresses

Doncaster Council

Civic Office, Waterdale

Doncaster

DN1 3BU

Contact

Mr Shaun Ferron

Email

shaun.ferron@doncaster.gov.uk

Telephone

+44 1302862405

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

http://www.doncaster.gov.uk/

Buyer's address

http://www.doncaster.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=2e36ffb5-6eb1-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=2e36ffb5-6eb1-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

Adult Sexual Health services

Reference number

DN440079

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Doncaster Borough Council (“The Council”) is re-tendering its sexual health services to place a stronger emphasis on access to provision in localities, and more choice on how and when people access sexual health care.

Our vision for sexual health services in Doncaster is that Doncaster citizens will be able to access quality sexual health services in a timely manner in a place that suits them, with greater opportunity to self-manage their own sexual health through community service provision and an increased online/digital offer.

The proposed model mirrors the vision described in Doncaster Council Corporate Plan 2020-2021 and principles set out in Doncaster Place Plan to increase opportunities to self-manage their own health and well-being through an improved on line/digital offer; and a greater emphasis on locality-based models of support utilising primary care and other community providers to greater effect.

Community based sexual health services are central to a well-functioning sexual health system. Access to services closer to where people live or work ensure timely provision of essential care which is critical in particular for those people who may be more vulnerable and/or most at risk of poor sexual health.

These Services are more fully described in the procurement documents.

The Council is looking to contract with potentially a number of providers in the delivery of Adult Sexual Health Services and to this end, the contract will be split into 3 ‘lots’:

Lot 1 - Specialist Sexual Health Service provision

• Services delivered from a centrally located hub, with selected outreach to vulnerable groups

• Full range of open access, level 1-3 STI testing and treatment

• Access to LARC and Emergency contraception

• A full range of, level 1-3 (all methods) contraception services for vulnerable and at risk groups

• Specialist (level 3) STI and Contraceptive care offer

Lot 2 – Community Sexual Health Service provision

• Services delivered from community settings based in localities with elements subcontracted to primary care providers:

• A full range contraception services including long acting reversible contraception (LARC) and emergency methods.

• Level 1-2 STI testing and treatment

Lot 3 – Psychosexual Therapy Service provision

• A service to provide help for clients presenting with problems of sexual dysfunction including erectile dysfunction, performance anxiety, and pain with sexual intercourse.

• An integrated therapeutic programme using a behavioural, systemic and psychodynamic model which openly explores sexual problems and emotional blocks.

Providers cannot work in isolation and there will be a requirement to work with each other to address the needs of service users and manage patient flow across the borough. Providers of lots 1 and 2 will have shared joint outcomes, be required to develop triage and self-managed care offer in collaboration with each other.

Tenderers may bid for one or more lots, but must consider the requirements for each lot individually, submitting separate quality, social value and price submissions.

two.1.5) Estimated total value

Value excluding VAT: £6,758,670

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Specialist Sexual Health Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Borough of Doncaster

two.2.4) Description of the procurement

Lot 1 - Specialist Sexual Health Service provision

• Services delivered from a centrally located hub, with selected outreach to vulnerable groups

• Full range of open access, level 1-3 STI testing and treatment

• Access to LARC and Emergency contraception

• A full range of, level 1-3 (all methods) contraception services for vulnerable and at risk groups

• Specialist (level 3) STI and Contraceptive care offer

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,920,140

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

initial 36 month contract with the option to extend for a further 2 x 12 month periods

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Contract value excludes extension periods

two.2) Description

two.2.1) Title

Community Sexual Health Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Lot 2 – Community Sexual Health Service provision

• Services delivered from community settings based in localities with elements subcontracted to primary care providers:

• A full range contraception services including long acting reversible contraception (LARC) and emergency methods.

• Level 1-2 STI testing and treatment

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,610,530

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

initial 36 month contract with the option to extend for a further 2 x 12 month periods

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Contract value excludes extension periods

two.2) Description

two.2.1) Title

Psychosexual Therapy Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Lot 3 – Psychosexual Therapy Service provision

• A service to provide help for clients presenting with problems of sexual dysfunction including erectile dysfunction, performance anxiety, and pain with sexual intercourse.

• An integrated therapeutic programme using a behavioural, systemic and psychodynamic model which openly explores sexual problems and emotional blocks.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £228,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

initial 36 month contract with the option to extend for a further 2 x 12 month periods

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Contract value excludes extension periods


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

8 July 2021

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 July 2021

Local time

12:00pm

Place

Electronically

Information about authorised persons and opening procedure

Electronically and by authorised Officers of the Strategic Procurement Team


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council is committed to a performance and evidence-based approach to social value and has partnered with the social value portal (SVP) to assist in the delivery of this. Based on the National TOMs (Themes, Outcomes and Measures) developed by the SVP, bidders are required to propose credible targets against which performance (for the successful bidder) will be monitored

Bidders are required to submit the social value element of their Bid through the online Social Value Portal. In order to do this, Bidders must register and request access to the project through the Social Value Portal at https://socialvalueportal.com/supplier-registration/.

The successful bidder will be required to contract directly with the SVP, please refer to the procurement documentation for further information.

six.4) Procedures for review

six.4.1) Review body

Doncaster Council

Civic Office, Waterdale

Doncaster

DN1 3BU

Email

strategicprocurementteam@doncaster.gov.uk

Country

United Kingdom

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

Doncaster Council

Strategic Procurement Team, Civic Office, Waterdale

Doncaster

Email

strategicprocurementteam@doncaster.gov.uk

Country

United Kingdom