By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

CAR - Integrated Sexual Health Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Bristol City Council
B Bond Reception, Smeaton Road
For the attention of: Ms Kirsty Barrett
BS1 6XN Bristol
UNITED KINGDOM
Telephone: +44 1179224525
E-mail:

Internet address(es):

General address of the contracting authority: https://www.bristol.gov.uk/

Electronic access to information: https://procontract.due-north.com

Electronic submission of tenders and requests to participate: https://procontract.due-north.com

Further information can be obtained from: Bristol City Council
B Bond Reception, Smeaton Road
For the attention of: Ms Kirsty Barrett
BS1 6XN Bristol
UNITED KINGDOM
Telephone: +44 1179224525
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bristol City Council
B Bond Reception, Smeaton Road
For the attention of: Ms Kirsty Barrett
BS1 6XN Bristol
UNITED KINGDOM
Telephone: +44 1179224525
E-mail:

Tenders or requests to participate must be sent to: Bristol City Council
B Bond Reception, Smeaton Road
For the attention of: Ms Kirsty Barrett
BS1 6XN Bristol
UNITED KINGDOM
Telephone: +44 1179224525
E-mail:

I.2)Type of the contracting authority
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

North Somerset Council
Town Hall, Walliscote Grove Rd
BS23 1UJ Weston-super-Mare
UNITED KINGDOM

South Gloucestershire Council
PO Box 300, Civic Centre, High Street, Kingswood
BS15 0DS Bristol
UNITED KINGDOM

Bath and North East Somerset Council
Lewis House, Manvers Street
BA1 1GJ Bath
UNITED KINGDOM

Bristol NHS CCG
South Plaza, Marlborough Street
BS1 3NX Bristol
UNITED KINGDOM

North Somerset Clinical Commissioning Group (CCG)
Post Point 11, North Somerset
BS21 6FW Clevedon
UNITED KINGDOM

South Gloucestershire Clinical Commissioning Group
Unit 2, Corum Office Park, Crown Way, Warmley
BS30 8FJ Bristol
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CAR - Integrated Sexual Health Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UK

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)
The Health and Social Care Act 2012 split responsibilities for the commissioning of sexual health services between Local Authorities, Clinical Commissioning Groups and NHS England. Since 2013, Local Authorities commission the majority of sexual health provision, which includes prevention, sexually transmitted infection testing and treatment, HIV testing and contraception. Sexual health is 1 of 5 mandatory public health services that local authorities must provide. NHS England commissions HIV treatment and sexual assault referral centres, and the Clinical Commissioning Groups (CCGs) commission termination of pregnancy services.
Bristol City Council, North Somerset Council, South Gloucestershire Council, Bath and North East Somerset Council, Bristol Clinical Commissioning Group, North Somerset Clinical Commissioning Group and South Gloucestershire Clinical Commissioning Group are working collaboratively to commission services in partnership. Together they are commissioning an integrated Sexual Health Service for use by Bristol, North Somerset, South Gloucestershire and B&NES.;
II.1.6)Common procurement vocabulary (CPV)

85000000

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 variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This specification covers the re-procurement of Specialist and Community Sexual Health and Reproductive Services in Bristol, North Somerset and South Gloucestershire. In brief, these services are:
- Specialist Genitourinary Medicine and contraceptive services (Level 3);
- Community based sexual health provision (Level 1 and 2);
- Young people's sexual health provision;
- Outreach services;
- Coordination and management of the Chlamydia Screening Programme (also in Bath and North East Somerset);
- Termination of pregnancy services;
- Primary prevention of HIV.
For clarity, this does not include:
- Sexual health services provided in general practice;
- Sexual health services provided in pharmacies;
- HIV treatment and support services;
- Relationship and sex education in schools.
Estimated value excluding VAT: 56 307 167 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

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:

Please refer to tender documentation available https://procontract.due-north.com

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Please refer to tender documentation available https://procontract.due-north.com

III.1.4)Other particular conditions
The 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 registers

Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documentation available https://procontract.due-north.com

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Financial Information provided will be used by commissioners to assess whether the bidders possess the necessary economic and financial capacity to perform the contract. When undertaking the assessment the commissioners look at the bidders most recent financial statements along with those of any ultimate parent company (if appropriate). These would be checked for general audit issues and then analysed to give an indication of profitability, net worth, liquidity, capacity and general stability. The commissioners reserve the right to use a variety of indicators as it considers appropriate including those from credit agencies. The commissioners will also consider any additional information submitted by the applicant should the applicant consider this necessary for the commissioners to have a fuller understanding of its financial position. This may be appropriate, for example, to obtain a fuller understanding of an applicant's financial structure or funding arrangements. The commissioners would expect any such information to be verified by an independent source, for example, the applicant's auditors. Furthermore the commissioners may (but is under no obligation) request further information or explanation from a bidder Initially basic checks are made on a bidder's name and any relevant registration details (e.g. registered number at Companies House). The commissioners would check whether the bidder is trading or dormant and whether it has a parent company. The status of the financial statements is also determined to check whether information submitted is for the last accounting period. When considering profitability the commissioners look at whether the organisation has made a profit or a loss in the year, which indicates the efficiency of the organisation. A loss in the year would be looked at in conjunction with the balance sheet resources available to cover this loss. The commissioners would look at the bidder's balance sheet and determine the net worth of the organisation and that element that can be mobilised in a financial crisis. To do this the commissioners look at net assets and also at the net tangible worth (excluding intangible assets) of the organisation. When looking at liquidity the commissioners use the current ratio and the acid test ratio. The current ratio is a measure of financial strength and addresses the question of whether the bidder has enough current assets to meet the payment schedule of its current debts with a margin of safety for possible losses in current assets. The Acid Test ratio measures liquidity and excludes stock to just really include liquid assets. Generally the commissioners would expect a bidder to have a current ratio of at least 1:1. Contract limit is the size of contract that is considered ‘safe’ to award to a bidder, based on a simple comparison of the estimated annual contract value to the annual turnover of the organisation. This gives an idea of financial strength to ensure that the bidder can cope financially with this size of contract. The commissioners assess the capacity issue of whether the bidder has the resources to carry out the work and also considers whether the bidder will become over-dependant on the contract in question. Generally the commissioners would expect a bidder to have a turnover of 2 times the annual contract value. The commissioners would consider all of the above in relation to the bidder and that of any ultimate parent company and then a judgement would be made as to the risk that the organisation would represent to the commissioners. If the commissioners decide that the financial and economic standing of the bidder represents an unacceptable risk to the commissioners then the bidder will be excluded from further consideration in this process.
Minimum level(s) of standards possibly required: Suitability Assessment Criteria (Crown Commercial Services suitability questions) these include Mandatory Exclusions, Discretionary Exclusions and Selection Criteria.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

Please refer to tender documentation available https://procontract.due-north.com

Minimum level(s) of standards possibly required:

Please refer to tender documentation available https://procontract.due-north.com

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 2

Objective criteria for choosing the limited number of candidates: Please refer to tender documentation available https://procontract.due-north.com

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse 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 criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.4.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The 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:
6.4.2016