Contract

GP LARC Services - Primary Care Network Delivery Model Pilot

  • Southend-on-Sea City Council

F03: Contract award notice

Notice identifier: 2024/S 000-025757

Procurement identifier (OCID): ocds-h6vhtk-048ac1

Published 14 August 2024, 11:06am



Section one: Contracting authority

one.1) Name and addresses

Southend-on-Sea City Council

Civic Centre

SOUTHEND-ON-SEA

SS26EN

Email

procurementadvisors@southend.gov.uk

Telephone

+44 1702215000

Country

United Kingdom

Region code

UKH31 - Southend-on-Sea

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.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

GP LARC Services - Primary Care Network Delivery Model Pilot

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Long-Acting Reversible Contraception Services (LARC)

Services to include:

To operate as a 'Hub', accepting referrals from other practices residing within the Southend East PCN locality, and self-referrals from women registered with participating practices within the PCN locality.

• To provide the full range of long-acting reversible contraception, including the delivery of IUCD and subdermal implant fittings and removals for contraceptive purposes.

• To effectively capture and monitor data and evidence to support evaluation and learning, in line with the service specification outlined within this contract.

• To ensure the wider primary care network workforce are appropriately briefed and possess the necessary knowledge and skills to be able to effectively refer into the 'hub'.

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: £40,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Services to include:

To operate as a 'Hub', accepting referrals from other practices residing within the Southend East PCN locality, and self-referrals from women registered with participating practices within the PCN locality.

• To provide the full range of long-acting reversible contraception, including the delivery of IUCD and subdermal implant fittings and removals for contraceptive purposes.

• To effectively capture and monitor data and evidence to support evaluation and learning, in line with the service specification outlined within this contract.

• To ensure the wider primary care network workforce are appropriately briefed and possess the necessary knowledge and skills to be able to effectively refer into the 'hub'.

This notice is an intention to award a contract under the Provider Selection Regime.

We are intending to award a contract to an existing provider following direct award process C.

The approximate lifetime value of this contract is £40,000.

The service is intended to be provided between 01/09/2024 - 31/05/2025.

two.2.5) Award criteria

Cost criterion - Name: The existing provider is sasitfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

two.2.11) Information about options

Options: No


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

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period.

Representations by providers must be made to the relevant authority by 24th August 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

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

The procurement is covered by the Government Procurement Agreement: No


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

13 August 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

Southend East Primary Care Network Limited

Norton Place, 162 Ness Road

Southend-on-Sea

SS3 9DL

Country

United Kingdom

NUTS code
  • UKH31 - Southend-on-Sea
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

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

Total value of the contract/lot: £40,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 22nd August 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Written representations should be sent to procurementadvisors@southend.gov.uk

The award decision maker is the Senior Public Health Principal.

There were no declared conflicts or potential conflicts of interest of individuals making the decision.

The provider was assessed against 5 key criteria: Quality and Innovation; Value; Integration, collaboration and service sustainability; Improving access, reducing inequalities and facilitating choice; and social value. Each criteria was assessed on a weighted basis. This provider achieved a pass score against all criteria.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom