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

Reproductive and Sexual Health Community Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

London Borough of Enfield
4th Floor, Civic Centre, Silver Street, Enfield
For the attention of: Mrs Greer Ndefo
EN1 3XA London
UNITED KINGDOM
Telephone: +44 2083795049
E-mail:

Internet address(es):

General address of the contracting authority: http://www.enfield.gov.uk/

Address of the buyer profile: http://www.londontenders.org/

Electronic access to information: http://www.londontenders.org/

Electronic submission of tenders and requests to participate: http://www.londontenders.org/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Health
I.4)Contract award on behalf of other contracting authorities
The 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:
Reproductive and Sexual Health Community Services.
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 UKI21

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)
This is a notice for social and specific services in accordance with Directive 2014/24/EU Article 74
The London Borough of Enfield (the 'Authority') is seeking to appoint a single entity to deliver Enfield Reproductive and Sexual Health Community Services. Enfield Council Reproductive and Sexual Health Community services currently provides Level 3 contraception and sexually transmitted infection testing and management services to meet the diverse needs of the population of Enfield. The service will provide open access, cost-effective, high quality provision for contraception and prevention, diagnosis and management of sexually transmitted infections, according to evidence-based protocols and adapted to the needs of local populations. The Service is characterised by: - Being provided on an open access basis and available to anyone requiring care, irrespective of GP registration, without referral - Having walk-in and appointment clinics, ensuring that all residents have access 8:00-19:00 week days; Saturday and Sunday 9:00-14:00 within the Borough - Using a hub and spoke model of care (working with local general practices and linking into local outreach work*) incorporating a mobile clinic for the unregistered and hard-to-reach population - Multidisciplinary working - Providing a full range of sexual health services - Providing interpretation services for clients whose first language is not English and who require interpretation - Providing services to women and men of any age - Providing evidence based care centred on recognised national best practice guidance where this exists - Provide a ‘one stop shop', where the majority of sexual health and contraceptive needs can be met at one site, usually within a single consultation - Outreach for under 19's working with local schools, colleges and working with hard to reach groups such as looked after children and youth offenders, Behaviour Support Unit, Pupil Referral Unit The service will give particular focus to meeting the needs of specific sections of the community for whom evidence exists of poor sexual health outcomes. Contractors will ensure and demonstrate that pathways of care within the sexual health economy are formally agreed.
II.1.6)Common procurement vocabulary (CPV)

85323000, 85100000, 85121210, 85141220

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated value excluding VAT: 18 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 41 (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:
The Council reserves the right to require bonds, guarantees, deposits and/or other appropriate forms of security. Details will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details in relation to financing conditions and payment arrangements will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please note the Council reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability in the award and performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details to be provided in the Invitation to Tender.
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: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 57 of the Public Contracts Regulation 2015 as amended from time to time and as set out in the tender documentation available from www.londontenders.org

III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 58 of the Public Contracts Regulations 2015 as amended from time to time and asset out in the tender documentation available from www.londontenders.org

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: yes
Reference to the relevant law, regulation or administrative provision: Details to be provided in the Invitation to Tender.
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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
9WVH-W6PON2
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
25.6.2015 - 16:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 25.6.2015 - 16:30
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:
27.5.2015