Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Medway Council
Postal address: Gun Wharf, Dock Road
Town: Chatham
Postal code: ME4 4TR
Country: United Kingdom
For the attention of: Mr James Welch
E-mail: tenders@medway.gov.uk
Telephone: +44 1634335550
Internet address(es):
General address of the contracting authority: http://www.medway.gov.uk/
Address of the buyer profile: https://www.kentbusinessportal.org.uk
Electronic access to information: https://www.kentbusinessportal.org.uk
Electronic submission of tenders and requests to participate: https://www.kentbusinessportal.org.uk
Further information can be obtained from:
Official name: Medway Council
Postal address: Gun Wharf, Dock Road
Town: Chatham
Postal code: ME4 4TR
Country: United Kingdom
For the attention of: Mr James Welch
E-mail: tenders@medway.gov.uk
Telephone: +44 1634335550
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: Medway Council
Postal address: Gun Wharf, Dock Road
Town: Chatham
Postal code: ME4 4TR
Country: United Kingdom
For the attention of: Mr James Welch
E-mail: tenders@medway.gov.uk
Telephone: +44 1634335550
Tenders or requests to participate must be sent to:
Official name: Medway Council
Postal address: Gun Wharf, Dock Road
Town: Chatham
Postal code: ME4 4TR
Country: United Kingdom
For the attention of: Mr James Welch
E-mail: tenders@medway.gov.uk
Telephone: +44 1634335550
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Fully Integrated Sexual Health Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
NUTS code UKJ41 Medway
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Medway Council (the commissioners) are seeking to commission an integrated sexual health service (ISHS) in Medway providing the following service elements:
— Hub and Spoke clinics offering a full level 1-3 service Self managed care (including online access to kits for STI sampling);
— Outreach;
— Psychosexual therapies;
— National Chlamydia Screening Programme;
— CCard condom distribution scheme;
— LARC (Long Acting Reversible Contraceptive) fitting and removal in primary care;
— EHC (Emergency Hormonal Contraception) in Pharmacies;
— HIV screening in the community;
— HIV adult services.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Medway Council (‘the Commissioners’) are seeking to commission an integrated sexual health service in Medway providing the following elements:
1: Hub and Spoke clinics offering a full level 1-3 service and Self-managed care;
2: Outreach;
3: Psychosexual therapies; short to medium term therapy;
4: National Chlamydia Screening Programme;
5: CCard condom scheme;
6: LARC fitting and removal in primary care;
7: EHC in Pharmacies;
8: Community based Targeted HIV screening;
9: HIV Adult services.
The Commissioners are looking for collaboration between providers. There is an expectation that there will be one lead provider with some elements of the contract being sub-commissioned to the other providers in the field. This service will support the improvement of sexual health and health generally in Medway through:
a) A more aware and responsible community:
— Prevention is prioritised;
— Clear accessible and up-to-date information about services providing contraception and sexual health for the whole population;
— Targeted information for at those at highest risk of sexual ill health, late diagnosis of HIV or least likely to access universal services;
— Students at Schools, Further and Higher educational establishments have easy access to sexual health services;
— Practitioners across the health and social care workforce trained in sexual health to an appropriate level;
— Practitioners having easy access to sexual health dashboards and data;
— Purposeful and targeted outreach to those not accessing universal services including socially disadvantaged young people.
b) Evidence based, patient centred, outcome focussed provision:
— Increased development of evidence-based practice;
— Patient, Public Engagement used to constantly improve services and inform new services;
— Increased uptake of effective methods of contraception, including rapid access to the full range of contraceptive methods including LARC for all age groups;
— A reduction in unwanted pregnancies in all ages through easy and rapid access to appropriate contraceptive services;
— A reduction in STIs through easy, rapid access to STI testing, treatment and prevention;
— Increased uptake of HIV testing and point of care testing with particular emphasis on first time service users and repeat testing of those that remain at risk;
— Within treatment services prevention is prioritised 3) A healthier community;
— Increased diagnosis and effective management of sexually transmitted infections;
— Effective and robust partner notification procedures;
— Targeted provision to tackle inequalities with improved access to services among those at highest risk of sexual ill health as identified locally and nationally;
— Sexual health aspects of psycho-sexual support and counselling;
— Sexual health is not treated in isolation of other health and well-being needs.
Estimated value excluding VAT:
Range: between 14 000 000 and 15 200 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract period will be 5 years with an option to extend by 2 further 12-month periods.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Please refer to the invitation to tender documents available within the Kent Business Portal.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please refer to the invitation to tender documents available within the Kent Business Portal.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please refer to the invitation to tender documents available within the Kent Business Portal.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 2
Objective criteria for choosing the limited number of candidates: Please refer to the invitation to tender documents available within the Kent Business Portal.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9ZKC-SAF1GH
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.1.2016 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.11.2015