Contract

East Sussex Sexual Health Services

  • East Sussex County Council

F03: Contract award notice

Notice identifier: 2024/S 000-022288

Procurement identifier (OCID): ocds-h6vhtk-047e77

Published 18 July 2024, 1:23pm



Section one: Contracting authority

one.1) Name and addresses

East Sussex County Council

County Hall,St. Annes Crescent

LEWES

BN71UE

Contact

Amy Wilkinson

Email

amy.wilkinson@eastsussex.gov.uk

Telephone

+44 7701394756

Country

United Kingdom

Region code

UKJ22 - East Sussex CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.eastsussex.gov.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

East Sussex Sexual Health Services

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

East Sussex County Council, in collaboration with NHS England who commission the HIV treatment and care services, and the Lewes prison sexual health and HIV treatment and care in-reach services, are awarding to Kent Community Health NHS Foundation Trust for sexual health services.

This is awarded under PCR2015 Regulation 32 Use of the negotiated procedure without prior publication.

Whilst this is a collaboration between East Sussex County Council and NHS England, this notice is for the East Sussex County Council contract only.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £12,497,435

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC

two.2.4) Description of the procurement

The integrated sexual health service will aim to improve sexual health outcomes by:

· Promoting good sexual health through primary prevention activities including, education, condom provision, partner tracing, immunisation,contraception, behaviour change and activities which aim to reduce the stigma associated with GUM conditions, HIV and unintended and unwanted pregnancy.

· Providing rapid and easy access to GUM, STI and BBV assessment, testing, treatment and management services through a variety of mechanisms which primarily includes an interdependent working partnership with the main digital service provider.

· Providing rapid and easy access to the full range of contraceptive services for those who cannot access primary care.

· Support referral to NHS funded induced abortion services and support in planning pregnancy using contraception through a variety of mechanisms which include digital services, supporting colleagues in youth, maternity, abortion and those working with vulnerable groups to be able to offer discussion and assessment and provision of contraception to their service users.

· Reducing late diagnosis of HIV and undiagnosed HIV through partner notification, access to testing,Pre exposure prophylaxis (PrEP) and post exposure prophylaxis (PEP) and improving the sexual health of those using PreP and living with HIV.

· Providing a service with appropriately trained staff;clear and effective operational and clinical

governance; and patient safety arrangements.

· Being responsive to local need (a) providing rapid response to outbreak management; and (b) through continuous improvement and response to local population need.

· Operating as leader to the local sexual health system providing clinical leadership, workforce training, technical appraisal, public education,involvement in local networks and mentoring and development of clear referral pathways between providers.

two.2.5) Award criteria

Quality criterion - Name: Ability to meet the Specification / Weighting: 1

Quality criterion - Name: Financial and Economic Standing / Weighting: 2

Price - Weighting: 1

two.2.11) Information about options

Options: Yes

Description of options

There will be an allowed for option to extend for 2 years and following that an option to extend for a further one year.

two.2.14) Additional information

The initial term of the contract will be for two years.

II.2.5 Award criteria Quality criterion are ranked in priority order.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • No tenders or no suitable tenders/requests to participate in response to open procedure

Explanation:

An Open Procedure was published on 22 May 2023 (Notice reference: 2023/S 000-014519) and no bids were received. The Authority is therefore seeking to rely upon Regulation 32(2)(a) of the Public Contract Regulations 2015 to award this Contract.

Kent Community Health NHS Foundation Trust were interested in the contract, however did not submit a bid as they were instructed not to tender for work outside of their boundary. This decision was subsequently reversed, however the tender deadline had passed.

The Authority believes this is permitted as the conditions of the contract have not been substantially altered and the nature and scope of the contract remain the same.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 July 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Kent Community Health NHS Foundation Trust

110-120 UPPER PEMBERTON, EUREKA BUSINESS PARK, KENNINGTON

ASHFORD

TN25 4AZ

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
NHS Organisation Data Service

RYY13

Internet address

www.kentcht.nhs.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £12,497,435

Total value of the contract/lot: £12,497,435


Section six. Complementary information

six.3) Additional information

This contract is awarded under PCR2015 Regulation 32: Use of the negotiated procedure without prior publication as there were no tenders or no suitable tenders/requests to participate in response to an Open Procedure.

six.4) Procedures for review

six.4.1) Review body

East Sussex County Council

Lewes

Country

United Kingdom