Contract notice

Information

Published

Date of dispatch of this notice: 02/09/2019

Expire date: 07/10/2019

External Reference: 2019-533885

TED Reference: 2019/S 172-420077

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Yvette Orriggio
Telephone: +44 02079269358
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=29968&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Condoms and Ourtreach Service
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Invitation to tender for the delivery of the London HIV Prevention Programe MSM Sexual Health Promotion Service (Condom Distribution Outreach and HIV testing).
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
85300000  -  Social work and related services
II.2.3)

Place of performance

Main site or place of performance:  
SW8 2LL
II.2.4)

Description of the procurement

Invitation to tender for the delivery of the London HIV Prevention Programe MSM Sexual Health Promotion Service (Condom Distribution Outreach and HIV testing).
The London Borough of Lambeth wishes to offer an opportunity to tender for the provision of an MSM Sexual Health Promotion Service.
The programe will be hosted and managed by Lambeth Council on behalf of London Councils.
The contract will be let for an initial two year period to commence in April 2020 with the option to extend for 2 years on an annual basis.
The estimated maximum value of the contract is £1,600,000 inclusive of the option to extend.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020  /  End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:  
The contract will be let for an initial two year period to commence in April 2020 with the option to extend for 2 years on an annual basis.
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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:  07/10/2019
Local time:  00:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  07/07/2020
IV.2.7)

Conditions for opening of tenders

Date:  07/10/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

N/A
N/A
UK

VI.4.4)

Service from which information about the review procedure may be obtained

n/a
London
UK