Kent County Council is using Delta eSourcing to run this tender exercise
| Notice Summary |
|---|
| Title: | Long Acting Reversible Contraception in Primary Care Settings Direct Award B SC230146 |
| Notice type: | Contract Notice |
| Authority: | Kent County Council |
| Nature of contract: | Services |
| Procedure: | Restricted |
| Short Description: | This is a contract notice being issued as part of a Direct Award B under the Provider Selection Regime (PSR). Kent County Council is procuring 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).1 The Service will be provided in primary care settings across Kent, by practitioners who hold valid and up-to-date Letters of Competence (LoC) for the procedures undertaken, or 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 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 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). For more information about this opportunity, please visit the Kent Business Portal portal at: https://www.kentbusinessportal.org.uk/tenders/??notice-title??/H34Q8655UZ To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/H34Q8655UZ If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com. |
| Published: | 08/12/2025 16:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Kent County Council
Sessions House, Kent, ME14 1XQ, United Kingdom
Tel. +44 3000413490, Email: nicola.foster@kent.gov.uk
Contact: Nicola Foster
Main Address: https://www.kentbusinessportal.org.uk/
NUTS Code: UKJ4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Kent:-Community-health-services./H34Q8655UZ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Long Acting Reversible Contraception in Primary Care Settings Direct Award B SC230146
Reference Number: SC230146
II.1.2) Main CPV Code:
85323000 - Community health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is a contract notice being issued as part of a Direct Award B under the Provider Selection Regime (PSR).
Kent County Council is procuring 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).1 The Service will be provided in primary care settings across Kent, by practitioners who hold valid and up-to-date Letters of Competence (LoC) for the procedures undertaken, or 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 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 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).
For more information about this opportunity, please visit the Kent Business Portal portal at: https://www.kentbusinessportal.org.uk/tenders/??notice-title??/H34Q8655UZ
To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/H34Q8655UZ
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ4 Kent
II.2.4) Description of procurement: This is a contract notice being issued as part of a Direct Award B under the Provider Selection Regime (PSR).
Kent County Council is procuring 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).1 The Service will be provided in primary care settings across Kent, by practitioners who hold valid and up-to-date Letters of Competence (LoC) for the procedures undertaken, or 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 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 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).
For more information about this opportunity, please visit the Kent Business Portal portal at: https://www.kentbusinessportal.org.uk/tenders/??notice-title??/H34Q8655UZ
To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/H34Q8655UZ
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/10/2025 / End: 30/11/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.kentbusinessportal.org.uk/respond/H34Q8655UZ
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/11/2026 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kent:-Community-health-services./H34Q8655UZ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H34Q8655UZ
VI.4) Procedures for review
VI.4.1) Review body:
Kent County Council
Sessions House, Kent, ME14 1XQ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 08/12/2025
Annex A