Contract

Integrated Sexual Health Service

  • Leeds City Council - PACS

F20: Modification notice

Notice identifier: 2022/S 000-035270

Procurement identifier (OCID): ocds-h6vhtk-038d20

Published 13 December 2022, 4:05pm



Section one: Contracting authority/entity

one.1) Name and addresses

Leeds City Council - PACS

Civic Hall

Leeds

LS11UR

Contact

Nigel Hill

Email

Nigel.hill@leeds.gov.uk

Telephone

+44 1133785830

Country

United Kingdom

Region code

UKE42 - Leeds

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.leeds.gov.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated Sexual Health Service

Reference number

DN206607

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE42 - Leeds

two.2.4) Description of the procurement at the time of conclusion of the contract:

The delivery of the city's Integrated Sexual Health Service (ISHS), which provides contraception, sexually transmitted infection (STI) testing and treatment, and genitourinary medicine.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

93


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2013/S 178-307254


Section five. Award of contract/concession

Contract No

DN206607

Title

Integrated Sexual Health Service

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

31 March 2015

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Leeds Community Healthcare NHS Trust

Leeds

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £45,347,691.20


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85000000 - Health and social work services

seven.1.3) Place of performance

NUTS code
  • UKE42 - Leeds

seven.1.4) Description of the procurement:

The provision of a comprehensive sexual health service including most contraceptive services and all prescribing costs, but excluding GP additionally-provided contraception

 sexually transmitted infections (STI) testing and treatment, chlamydia screening and HIV testing

 specialist services, including young people's sexual health, teenage pregnancy services, outreach, HIV prevention, sexual health promotion, services in schools, college and pharmacies.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

15

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£8,254,745

seven.1.7) Name and address of the contractor/concessionaire

Leeds Community Healthcare NHS Trust

Leeds

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
Justification for not providing organisation identifier

Not on any register

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The variation is requested under the provision of Regulation 72 (1c) of the Public Contracts Regulations 2015, which states that modifications can be made where all of the following conditions are fulfilled:

(i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen;

(ii) the modification does not alter the overall nature of the contract;

(iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement.

It is considered that these conditions are met because:

 The original intention was that the review of the service model and re-procurement be completed by the end of the current contract period. However, this has not been possible because of the ongoing service disruption caused by the pandemic and subsequent outbreak of Monkeypox. The combination of these events means that the service has still not been able to implement its "reset and recovery" process, as a result of ongoing clinical restrictions (social distancing, isolation rooms etc.), reduced staffing (through sickness, diversion to activities beyond the scope of the core delivery such as testing, vaccinating and attending additional meetings) and decreased service capacity (for example additional screening time, repurposing of appointment slots). This has prevented commissioners from assessing the implications for the new model. Furthermore, commissioners have had, and continue to have, reduced capacity to undertake the review because of the need to work on the city's response to Monkeypox.

 The change is only to the contract period, and does not affect the terms and conditions of the service.

 The value of the additional period is 17% of the original contract value.

The contract is due to expire on 31st March 2023 with no option to extend, and the contract is being modified so that the end date is varied to 30th June 2024. This is to ensure continuity of the mandated service whilst a service model review and subsequent procurement is carried out.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The variation is requested under the provision of Regulation 72 (1c) of the Public Contracts Regulations 2015, which states that modifications can be made where all of the following conditions are fulfilled:

(i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen;

(ii) the modification does not alter the overall nature of the contract;

(iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement.

It is considered that these conditions are met because:

 The original intention was that the review of the service model and re-procurement be completed by the end of the current contract period. However, this has not been possible because of the ongoing service disruption caused by the pandemic and subsequent outbreak of Monkeypox. The combination of these events means that the service has still not been able to implement its "reset and recovery" process, as a result of ongoing clinical restrictions (social distancing, isolation rooms etc.), reduced staffing (through sickness, diversion to activities beyond the scope of the core delivery such as testing, vaccinating and attending additional meetings) and decreased service capacity (for example additional screening time, repurposing of appointment slots). This has prevented commissioners from assessing the implications for the new model. Furthermore, commissioners have had, and continue to have, reduced capacity to undertake the review because of the need to work on the city's response to Monkeypox.

 The change is only to the contract period, and does not affect the terms and conditions of the service.

 The value of the additional period is 17% of the original contract value.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £8,254,745

Total contract value after the modifications

Value excluding VAT: £53,602,436.24