Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Long Acting Reversible Contraception in Primary Care Settings Dynamic Purchasing System

  • First published: 02 September 2023
  • Last modified: 02 September 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03f931
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
02 September 2023
Deadline date:
30 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent County Council is procuring through Primary Care, the fitting, monitoring, checking,

and removal of intrauterine devices (IUDs), intrauterine systems (IUSs) and sub-dermal

implants (SDIs), collectively known as long-acting reversible contraception (LARC), for contraceptive purposes only. The Council is aiming to procure a service which is available in each Kent geographical Primary Care Network area, to ensure access for services throughout the county.

The service will be provided in primary care settings across Kent, by practitioners who hold

valid and up-to-date Letters of Competence (LoC), as issued by the Faculty of Sexual and Reproductive Healthcare (FSRH), for the procedures undertaken, or

by potential providers who have suitability to pursue the professional activity, including the

ability to:

- achieve and maintain competence to deliver LARC as specified by the FSRH as part of a primary care pathway.

- have appropriate treatment rooms and facilities for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical GP PCN/ neighbourhood quadrant.

- ensure that patients with needs relating to uncomplicated STIs should have their care

managed by appropriately skilled healthcare professionals, as defined by the latest

standards specified by the British Association for Sexual Health and HIV (BASHH).

The contract term would be from 1/12/2023-30/11/2024, with the possibility of two 12

months extensions. Contracts with Suppliers will be tariff-based and subject to change, with no minimum guaranteed value, as the service is activity based). However, the estimated total spends including reimbursement of the LARC devices, over 3 years is 4,100,000 GBP.

Kent County Council is looking to appoint Suppliers through a Dynamic Purchasing System, to provide this service. The DPS is for the procurement of social and other services referred to in Regulation 74 of the Public Contracts Regulations (2015) and as such, the intention is to use a Light Touch Regime, rather than the full regime described in Regulation 34 (Dynamic Purchasing System).

Bidders who wish to be considered as part of the Initial Tenders should submit their expressions of interest not later than 15 September 2023. The deadline for receipt of Initial Tenders is 12 noon on 15 November 2023.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

UK

Contact person: Craig Barden

Telephone: +44 3000416723

E-mail: Craig.Barden@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.kent.gov.uk

Address of the buyer profile: http://www.kent.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.kentbusinessportal.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.kentbusinessportal.org.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Long Acting Reversible Contraception in Primary Care Settings Dynamic Purchasing System

Reference number: DN670756

II.1.2) Main CPV code

85121100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Kent County Council is procuring through Primary Care, the fitting, monitoring, checking,

and removal of intrauterine devices (IUDs), intrauterine systems (IUSs) and sub-dermal

implants (SDIs), collectively known as long-acting reversible contraception (LARC), for contraceptive purposes only. The Council is aiming to procure a service which is available in each Kent geographical Primary Care Network area, to ensure access for services throughout the county.

The service will be provided in primary care settings across Kent, by practitioners who hold

valid and up-to-date Letters of Competence (LoC), as issued by the Faculty of Sexual and Reproductive Healthcare (FSRH), for the procedures undertaken, or

by potential providers who have suitability to pursue the professional activity, including the

ability to:

- achieve and maintain competence to deliver LARC as specified by the FSRH as part of a primary care pathway.

- have appropriate treatment rooms and facilities for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical GP PCN/ neighbourhood quadrant.

- ensure that patients with needs relating to uncomplicated STIs should have their care

managed by appropriately skilled healthcare professionals, as defined by the latest

standards specified by the British Association for Sexual Health and HIV (BASHH).

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ4


Main site or place of performance:

Appropriate clinic rooms within primary care settings within the geographical boundary of Kent County.

II.2.4) Description of the procurement

Kent County Council is procuring through Primary Care, the fitting, monitoring, checking,

and removal of intrauterine devices (IUDs), intrauterine systems (IUSs) and sub-dermal

implants (SDIs), collectively known as long-acting reversible contraception (LARC), for contraceptive purposes only. The Council is aiming to procure a service which is available in each Kent geographical Primary Care Network area, to ensure access for services throughout the county.

The service will be provided in primary care settings across Kent, by practitioners who hold

valid and up-to-date Letters of Competence (LoC), as issued by the Faculty of Sexual and Reproductive Healthcare (FSRH), for the procedures undertaken, or

by potential providers who have suitability to pursue the professional activity, including the

ability to:

- achieve and maintain competence to deliver LARC as specified by the FSRH as part of a primary care pathway.

- have appropriate treatment rooms and facilities for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical GP PCN/ neighbourhood quadrant.

- ensure that patients with needs relating to uncomplicated STIs should have their care

managed by appropriately skilled healthcare professionals, as defined by the latest

standards specified by the British Association for Sexual Health and HIV (BASHH).

The contract term would be from 1/12/2023-30/11/2024, with the possibility of two 12

months extensions. Contracts with Suppliers will be tariff-based and subject to change, with no minimum guaranteed value, as the service is activity based). However, the estimated total spends including reimbursement of the LARC devices, over 3 years is 4,100,000 GBP.

Kent County Council is looking to appoint Suppliers through a Dynamic Purchasing System, to provide this service. The DPS is for the procurement of social and other services referred to in Regulation 74 of the Public Contracts Regulations (2015) and as such, the intention is to use a Light Touch Regime, rather than the full regime described in Regulation 34 (Dynamic Purchasing System).

Bidders who wish to be considered as part of the Initial Tenders should submit their expressions of interest not later than 15 September 2023. The deadline for receipt of Initial Tenders is 12 noon on 15 November 2023.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/12/2023

End: 30/11/2024

This contract is subject to renewal: Yes

Description of renewals:

Maximum of two 12 months extensions from 01 December 2024 to 30 November 2025 and 01 December 2025 to 30 November 2026.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Practitioners who hold valid and up-to-date Letters of Competence (LoC) for the procedures undertaken or must have suitability to pursue the professional activity, including the ability to:

- achieve and maintain competence to deliver LARC as specified by the Faculty of Sexual and Reproductive Healthcare (FSRH) as part of a primary care pathway.

- have appropriate treatment rooms for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical PCN/ neighbourhood quadrant

- ensure that patients with needs relating to uncomplicated STIs should have their care managed by appropriately skilled healthcare professionals, as defined by the latest standards specified by the British Association for Sexual Health and HIV (BASHH).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/08/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

County Hall

Maidstone

ME14 1XQ

UK

VI.5) Date of dispatch of this notice

01/09/2023

Coding

Commodity categories

ID Title Parent category
85121100 General-practitioner services Medical practice services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Craig.Barden@kent.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.