Tender

Integrated Sexual Health Services

  • Warwickshire County Council
  • Coventry City Council

F21: Social and other specific services – public contracts (prior information notice with call for competition)

Notice identifier: 2022/S 000-013353

Procurement identifier (OCID): ocds-h6vhtk-033ac7

Published 18 May 2022, 1:27pm



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

Internet address(es)

Main address

https://www.warwickshire.gov.uk

one.1) Name and addresses

Coventry City Council

Coventry

Email

heatherboyd@warwickshire.gov.uk

Country

United Kingdom

NUTS code

UKG33 - Coventry

Internet address(es)

Main address

https://www.coventry.gov.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://csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://csw-jets.co.uk

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 Services

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Warwickshire County Council (WCC) and Coventry City Council (CCC) are intending to go out to tender for an Integrated Sexual Health service that will provide an open accessed, confidential, non-judgemental service that delivers STI and BBV testing, treatment and management including HIV; the full range of contraceptive provision, health promotion and prevention.

The contract will also include the requirement to sub-contract with GPs and pharmacies for the sexual health services they provide (Chlamydia Screening, Emergency Hormonal Contraception provision, Pregnancy Testing and Long-Acting Reversible Contraception provision) ensuring that an appropriate IT platform is provided to evidence delivery in pharmacies. Along with the delivery of the C-card (condom-distribution scheme), with a particular focus on the use of IT to support service delivery.

It is intended that the contract will be for 10 years - 5 year initial terms with further options to extend for periods up to 60 months.

Market engagement with interested providers will take place in September 2022 .

The tender, which will include a negotiation process, will commence in March 2023.

Contract start will be 01 April 2024

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council,

potential changes in legislation and the changing demands placed on the Council by its customers.

two.1.5) Estimated total value

Value excluding VAT: £7,743,017

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
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

After selection, there are dialogue stages, a tender stage, a negotiation/clarification stage and award.

TUPE will apply to this procurement process.

Our vision is to work together with our partners and providers to ensure equity of service across Warwickshire and Coventry to get the best outcomes for those in need of sexual health services.

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 5 years however the

Authority reserves the right to extend the contract by further periods up to 60 months.


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

All 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 assessment of accounts will be supported by an independent credit reference report from Creditsafe 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. The assessment of

accounts will be supported by an independent credit reference report from Creditsafe where this is available. The Council may also impose a Bond or Performance Guarantee on the successful Tenderer.


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.1.11) Main features of the award procedure

All as detailed in the Tender documentation.

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

4 April 2023

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: www.csw-jets.co.uk 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.

Proposed dialogue process:

BQ Business questionnaire stage

1. Invitation to participate in dialogue (ITPD) - Dialogue Part 1,

2. Invitation to continue dialogue stage (ITCD) - Dialogue Part 2,

3. Invitation to continue dialogue stage (ITCD) - Dialogue Part 3,

4. Invitation to submit tenders (IST),

5. Invitation to negotiation/clarification meeting - if required.

The proposed procurement process may change from that stated above.

These services may be subject to modification to meet the changing needs and demands of the customers and the Council, or as the result of decreased or increased funding.

six.4) Procedures for review

six.4.1) Review body

High Court for England and Wales

London

Country

United Kingdom