Section one: Contracting authority
one.1) Name and addresses
East Sussex County Council
County Hall, St Annes Crescent
Lewes
BN7 1UE
Contact
Stephanie Saunders
stephanie.saunders@eastsussex.gov.uk
Telephone
+44 1273481224
Country
United Kingdom
NUTS code
UKJ22 - East Sussex CC
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sesharedservice/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservice/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sesharedservice/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
ESCC SS Tender for the provision of Integrated Sexual Health and HIV Treatment and Care
Reference number
ESCC - 033378
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
East Sussex County Council Public Health working in collaboration with NHS England (NHSE) for an integrated specialist sexual health services, HIV treatment and care services and prison in reach sexual health services.The bundled contracts consist of;1. Specialist sexual health consisting of the following elements • Genito Urinary Medicine (GUM)• Specialist Contraception• Assertive Outreach service• Out of area GUM and contraception charging2. HIV treatment and care3. Prison level three GUM in- reachThe above outlines a revised model for the delivery of the Sexual Health Services. Full details of the requirements are provided within the service specifications in the tender documents.The tender will be an open process and Bidders should note the key dates contained within the Invitation to Tender documents.The procurement process will be conducted using the South East Shares Services e-sourcing portal at http://www.sesharedservices.org.uk/esourcing
two.1.5) Estimated total value
Value excluding VAT: £13,914,455
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85111000 - Hospital services
- 85112200 - Outpatient care services
- 85121292 - Urologist services
- 85141220 - Advisory services provided by nurses
- 85111100 - Surgical hospital services
- 85141200 - Services provided by nurses
- 85111300 - Gynaecological hospital services
- 85323000 - Community health services
- 85111200 - Medical hospital services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
East Sussex County Council Public Health working in collaboration with NHS England (NHSE) for an integrated specialist sexual health services, HIV treatment and care services and prison in reach sexual health services.The bundled contracts consist of;1. Specialist sexual health consisting of the following elements • Genito Urinary Medicine (GUM)• Specialist Contraception• Assertive Outreach service• Out of area GUM and contraception charging2. HIV treatment and care3. Prison level three GUM in- reachThe above outlines a revised model for the delivery of the Sexual Health Services. Full details of the requirements are provided within the service specifications in the tender documents.The tender will be an open process and Bidders should note the key dates contained within the Invitation to Tender documents.The procurement process will be conducted using the South East Shares Services e-sourcing portal at http://www.sesharedservices.org.uk/esourcing
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £13,914,455
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2025
This contract is subject to renewal
Yes
Description of renewals
Retender approximately 18 months prior to the contract end date.
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
11.2.6 This is the total contract value for initial 3 year term and including up to possible 24 months extension.Annual Value for Sexual Health Service - £2,260,000Annual Value for HIV & Prison in reach Sexual health Service - £522,891
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
10 December 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 December 2021
Local time
12:00pm
Place
The procurement process will be conducted using the South East Shares Services e-sourcing portal at http://www.sesharedservices.org.uk/esourcing
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Retender approximately 18 months prior to the end date.
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
value includes potential extension and is the maximum value. The total minimum value is GBP£13,914,455 The services to which this procurement relates fall within Chapter 3 Section 7 and Schedule 3 ofPCR2015. As such, the procurement is being run as a process akin to the open procedure. However, thecontracting authority does not intend to hold itself bound by any regulations except for those under Chapter3 section 7 of PCR2015for light touch services. Please note that the Transfer of Undertaking (Protection ofEmployment) Regulations 2006 may apply and applicants should seek their own legal advice on this subject.The Contracting Authority reserves the right to procure from the successful tenderer services consisting of therepetition of similar services entrusted to the successful tenderer in conformity with the terms of the originalcontract and as indicated in it, acting in accordance with Regulation 32(9) and (10). In addition, theContracting reserves the right to procure additional services by the successful tenderer that have becomenecessary and were not included in the initial procurement, where a change of service provider (i) cannot bemade for economic or technical reasons such as requirements of interchangeability or interoperability withexisting equipment, services or installations procured under the initial procurement, or (ii) it would causesignificant inconvenience or substantial duplication of costs for the contracting authority, provided that anyincrease in costs to the authority as a result on them does not exceed 50% of the value of the originalcontract, Furthermore, the Contracting Authority reserves the right to make changes to the contract to beconcluded which are not "substantial" for the purposes of Regulation 72 of PCR2015, and where (i) the needfor changes has been brought about by circumstances which a diligent contracting authority could not haveforeseen; and (ii) the change does not alter the overall nature of the contract; and in so far that (iii) anyincrease in costs to the authority as a result does not exceed 50% of the value of the original contract.IV.2.6 Minimum timeframe during which tenderer must maintain the tender. In this case it is 6 months, however ‘this may be subject to extension’.
six.4) Procedures for review
six.4.1) Review body
Initial appeal to the Procurement Manager before appeal to Public Procurement Review Service
London
BN7 1UE
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom