Tender

Termination of Pregnancy Services in Bedfordshire, Luton and Milton Keynes

  • NHS BLMK Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-000132

Procurement identifier (OCID): ocds-h6vhtk-030719

Published 4 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS BLMK Clinical Commissioning Group

Capability House

Silsoe, Bedfordshire

MK45 4HR

Contact

Samuel Naxton

Email

samuel.naxton@attain.co.uk

Country

United Kingdom

NUTS code

UKH24 - Bedford

Internet address(es)

Main address

https://www.blmkccg.nhs.uk/

Buyer's address

https://attain.bravosolution.co.uk/web/login.html

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://attain.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://attain.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Termination of Pregnancy Services in Bedfordshire, Luton and Milton Keynes

Reference number

ACE-0436-2020-BLMK_ToPS

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Bedfordshire, Luton, Milton Keynes (BLMK) Clinical Commissioning Group (CCG) hereby invite suitably qualified service providers to submit tenders for the provision of Termination of Pregnancy Services in Bedfordshire, Luton and Milton Keynes.

To express an interest in tendering for this service and access the Invitation to Tender (ITT) documents and all other information concerning the procurement, please go to: https://attain.bravosolution.co.uk/web/login.html

Click on 'Register' and follow the on screen instructions.

Responses must be fully completed and submitted exclusively via the BravoSolution e-procurement portal no later than 12:00 noon on 4th February 2022.

two.1.5) Estimated total value

Value excluding VAT: £6,531,249.90

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH24 - Bedford
Main site or place of performance

Bedfordshire, Luton and Milton Keynes

two.2.4) Description of the procurement

NHS BLMK Clinical Commissioning Group (CCG) wishes to procure Termination of Pregnancy Services. The contract period will be for 33 months (01st July 2022 to 31st March 2025), with an option to extend for a further 24 months.

The key objectives of the service are:

• To offer high quality, impartial support and advice to all service users who request a termination of pregnancy, regardless of age, ethnicity, language, disability, sexual orientation, religious or personal circumstances.

• To provide service users with access to a termination of pregnancy as early as possible.

• To provide termination of pregnancy methods clinically appropriate for a service user’s gestation and clinical circumstances.

• To improve the sexual health of service users through providing sexual health screening and treatment as appropriate for Chlamydia, and sexually transmitted infections (STIs)

• To provide information and advice on all methods of contraception, and the supply of the full range of reversible contraceptive methods.

The service will provide the following for the population of BLMK:

• Offer face to face appointments for all young people aged 18 and under.

• Offer telemedicine and face to face appointments for Service Users as clinically appropriate.

• Advice for unwanted pregnancy and referral for termination of pregnancy.

• Pre-and post-termination support and advice and contraception planning and implementation post-termination.

• Active Health promotion/prevention campaigns on Sexual Health.

• Ensuring that contraception advice, support and provision is available as part of all termination of pregnancy service care pathways.

• Reducing unintended and unwanted conceptions and repeat terminations of pregnancy in all ages by improving access to long-acting reversible contraception

• To improve the sexual health of service users through proactively signposting to local sexual health services for screening and treatment as appropriate for Chlamydia, other sexually transmitted infections (STIs) and HIV.

• To improve the sexual health of service users through proactively offering sexual health screening and treatment as appropriate for Chlamydia and other sexually transmitted infections (STIs)

• To provide information and advice on all methods of contraception, (with particular emphasis on the promotion of LARC) and the offer of the full range of reversible contraceptive methods. Where the supply of contraception is not appropriate, the service user should be signposted to local contraceptive and sexual health services.

two.2.5) Award criteria

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

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

Duration in months

33

This contract is subject to renewal

Yes

Description of renewals

Service reviews will be undertaken regularly, in order to determine any relevant contact renewal.

The contract term will be for an initial 33 months (01st July 2022 to 31st March 2025), with the option to extend by a further 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract term will be for an initial 33 months, with the option to extend by a further 24 months.

You are advised that the aggregate value of the contract (including extensions) is £6,531,249.90 (57 months). The aggregate value of the contract (excluding extensions) is £3,781,249.90 (33 months) based on £1,375,000 p.a. (maximum available budget per annum).

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

4 February 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The services to which this process relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) ("the Regulations"). As such, the CCG does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom