Section one: Contracting authority
one.1) Name and addresses
Sefton Council
Magdalen House, Trinity Road
Bootle
L20 3NJ
Contact
Ms Julia Hedo
Telephone
+44 1519342455
Country
United Kingdom
Region code
UKD73 - Sefton
Internet address(es)
Main address
Buyer's address
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=116e45e4-dd26-f011-8136-005056b64545
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=116e45e4-dd26-f011-8136-005056b64545
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
Provision of an Integrated Community Sexual Health Service in Sefton
Reference number
DN768081
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Sefton Council wishes to appoint a Provider to provide an Integrated Community Sexual Health Service in Sefton.
two.1.5) Estimated total value
Value excluding VAT: £23,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD73 - Sefton
two.2.4) Description of the procurement
This is a notice for the Provision of an Integrated Community Sexual Health Service in Sefton.
Local authorities are responsible for improving the health of their local population and the commissioning of public health services, including sexual health services.
Sefton’s Public Health Commissioners’ ambitions for improving the sexual health and wellbeing of the people of Sefton are set out in the service specification. It acknowledges the need for close collaboration between Public Health Commissioners and the Provider to shape the service in response to local intelligence, sexual and reproductive health need, and the insight obtained through consultations with Sefton residents and other stakeholders.
The initial term of the Contract will be for four years from 1st April 2026 until 31st March 2030 with a proviso in the Contract documentation for the Council to have the option to extend the Contract up to a maximum of three years after the initial term.
The Council’s maximum budget for this contract is £3,300,000 exc. VAT per annum. The approximate lifetime value of the contract is £23,100,000 exc. VAT. Tenders including price proposals that exceed the ceiling price will be deemed non-compliant and will be rejected.
Agreed rates will be fixed for 36 months from the Contract start date. Any price variation following the 36-month fixed period will be subject to the percentage uplift to the available Public Health Grant awarded to the Council.
The price agreed for the contract is subject to the ongoing availability of sufficient funding. The Council reserves the right to increase the budget should additional funding be available. Allocation of additional funding to this contract will be at the sole discretion of the Council.
The Council will conduct this procurement in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (Regulation 11, Competitive Process).
Tenders must be returned electronically via the Council’s tendering portal, The Chest (www.the-chest.org.uk). The reference number for this tender on the portal is DN768081.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Presentation / interview / Weighting: 35%
Price - Weighting: 5
two.2.6) Estimated value
Value excluding VAT: £23,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
The initial term of the Contract will be for four years from 1st April 2026 until 31st March 2030 with a proviso in the Contract documentation for the Council to have the option to extend the Contract up to a maximum of three years after the initial term.
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
two.2.14) Additional information
This contract will be awarded on the basis of the Most Advantageous Tender (MAT) through evaluation of Quality (50%), Social Value (10%), Price (5%) and Presentation / Interview (35%). The award criteria have taken into account the Provider Selection Regime's key criteria.
Basic selection criteria will be assessed as part of this procurement. Only bids which pass the selection criteria will be considered applicable for the assessment of the award criteria.
Following the assessment of the basic selection criteria, Quality, Social Value and Price will be assessed. Only bidders ranked 1, 2 and 3 will be taken through to Presentation / Interview, subject to those bidders being able to promote their bid to a successful position with the marks remaining for Presentation / Interview.
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
2 June 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 June 2025
Local time
12:00pm
Place
The Chest (www.the-chest.org.uk). Contract reference DN768081.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-procurement will start approximately one year before the end of the contract.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in The Health Care Services (Provider Selection Regime) Regulations 2023.