Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
West Sussex County Council
County Hall
Chichester
PO19 1RG
UK
Person cyswllt: Daiga Allen
E-bost: bsdprocurement@westsussex.gov.uk
NUTS: UKJ27
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.westsussex.gov.uk
Cyfeiriad proffil y prynwr: https://www.westsussex.gov.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://atamis-7669.my.site.com/s/Welcome
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://atamis-7669.my.site.com/s/Welcome
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
WSCC -Integrated Sexual Health Service
Cyfeirnod: C21401
II.1.2) Prif god CPV
85100000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Integrated Sexual Services requirement for West Sussex for the duration of 7 years (5+2).
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 31 850 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKJ2
II.2.4) Disgrifiad o’r caffaeliad
This procurement is being conducted under the Health Care Services (Provider Selection Regime) Regulations 2023, using the PSR Competitive Process.<br/><br/>West Sussex County Council (WSCC) is inviting suitably qualified and experienced providers to submit offers for the delivery of a specialist Integrated Sexual Health Service across West Sussex. The service must include both in-person and online provision, offering confidential, open-access sexual and reproductive health services.<br/><br/>In addition, WSCC requires:<br/>• Delivery of outreach, health promotion and prevention activities to address population needs and reduce health inequalities.<br/>• Provision of clinical leadership across all sexual health service providers in West Sussex to support a cohesive and integrated offer for the local population.<br/><br/>Offers will be evaluated against the following PSR Key Criteria: (Total Weighting: 100%)<br/>• Quality and Innovation – 35%<br/>• Value – 10%<br/>• Integration, Collaboration and Service Sustainability – 20%<br/>• Improving Access, Reducing Health Inequalities and Facilitating Choice – 20%<br/>• Social Value – 10%<br/>• Mobilisation Plan – 5% (additional criterion to assess readiness and implementation capability)<br/><br/>Note: Offers exceeding £4,550,000 per annum will not be accepted and will be deemed non-compliant.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 31 850 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/08/2026
Diwedd:
31/07/2033
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Contract may be extended by up to 2 years. For clarity, that is until 31/07/2033.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
To access the eProcurement portal to access relevant documentation relating this<br/>opportunity, please follow the instructions below:<br/>1. Go to https://atamis-7669.my.site.com/s/Welcome<br/> (and click the link to register (If your organisation has not registered previously)<br/>2. Once registered, login into the system and look for ' WSCC -Integrated Sexual Health Service' under the reference number 'C21401',<br/>This is a Provider Selection Regime (PSR) Contract Notice inviting offers via a Competitive Process.<br/>The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. <br/>For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this procurement.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Providers must demonstrate that the following requirements are currently in place or will be fully in place by the service commencement date (1 August 2026). <br/>• CQC Registration: The provider must hold, or be in the process of securing, appropriate registration with the Care Quality Commission for the delivery of the specified services.<br/>• Clinical Qualifications: All clinical staff must hold qualifications that meet national standards, including alignment with British Association for Sexual Health and HIV (BASHH) and Faculty of Sexual and Reproductive Healthcare (FSRH/CoSRH) guidance, where applicable.<br/>• Safeguarding and DBS Compliance: The provider must have safeguarding policies and Disclosure and Barring Service (DBS) processes in place. These must be up to date and compliant with the Pan Sussex Child Protection Procedures and Pan Sussex Safeguarding Adult Procedures.<br/><br/>Information on how offers will be assessed (provided in the Procurement Document Pack):<br/>Stage 1 – Mandatory exclusion checks (Pass/Fail).<br/>Stage 2 – Basic Selection criteria assessment (Pass/Fail). At this stage also the Pricing Schedule is assessed (Pass/Fail).<br/>Stage 3 – Key Criteria evaluation ( scored from 0-4 with weightings assigned to each question).
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Providers will be required to provide a copy of their audited accounts.<br/><br/>Providers will be required to have, or agree to take out, should they be successful, the following minimum levels of Insurance per delegated authority:<br/>o Public liability insurance with a limit of indemnity of not less than ten million pounds (£10,000,000). <br/>o Employers’ liability insurance with a limit of indemnity of not less than ten million pounds (£10,000,000).<br/>o Professional indemnity insurance with a limit of cover of not less than five million pounds (£5,000,000) . <br/>o Clinical negligence insurance cover with a limit of cover of not less than five million pounds (£5,000,000).
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Providers must provide evidence of previous experience delivering an integrated sexual health service or elements of this.<br/>Providers are requested to provide details of up to three relevant previous contracts. Where a provider does not have any relevant experience, it must supply a statement of explanation.<br/>Providers must confirm that data systems will be in place to ensure national reporting requirements can be met (currently CTAD Chlamydia Surveillance System, GUMCAD STI Surveillance System, HIV & AIDS Reporting System - HARS and Sexual and Reproductive Health Activity Data Set - SHRAD).<br/>Providers must confirm that data systems will be in place to ensure activity is reported via Pathway Analytics.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-034396
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
07/11/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
07/11/2025
Amser lleol: 12:00
Place:
via portal
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The proposed service is based on current and known funding allocations. These may be subject to change during the life of the contract in response to future adjustments in local or central government funding.<br/><br/>The Contracting Authority is West Sussex County Council (WSCC), or any Successor Body that may assume WSCC’s functions as a result of Local Government Reorganisation (LGR) or Devolution. A Successor Body may include, but is not limited to, a Local Authority, Combined Authority, Combined County Authority, Strategic Authority, or any other entity established under relevant legislation.<br/><br/>The Parties acknowledge that during the term of the contract, the structure or responsibilities of local government entities may change, including through reorganisation, merger, or abolition. In such cases:<br/><br/>• WSCC may assign, novate, or otherwise transfer its rights and obligations under the contract to any successor body.<br/>• The Provider shall cooperate fully to facilitate such transfer, including executing any necessary documentation.<br/>• No compensation shall be payable solely due to such reorganisation, and no adjustment to the Contract Price shall be made unless expressly agreed by both parties.<br/><br/>If the reorganisation results in a material change to the scope, scale, or funding of the services, the parties shall review the Contract Value in good faith in accordance with clause 79 of the Contract. The Provider shall cooperate by providing relevant financial and operational data to support the review and any necessary modification. Any agreed adjustment shall be documented via formal contract variation and shall not constitute a material change in character unless determined under the PSR.<br/><br/>A Prior Information Notice (PIN) was published on 23 June 2025 (PIN Notice 034396-2025) to engage with the market. A presentation containing relevant background and service information is included in the procurement document pack.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Cabinet Office - Public Procurement Review Service
1 Horse Guards Road
London
SW1A 2HQ
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Public Procurement Review Service
Cabinet Office
London
SW1A 2HQ
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/organisations/cabinet-office
VI.5) Dyddiad anfon yr hysbysiad hwn
06/10/2025