Tender

Termination of Pregnancy Service NHS Norfolk and Waveney ICB

  • NHS Norfolk & Waveney Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-008100

Procurement identifier (OCID): ocds-h6vhtk-04296e

Published 13 March 2024, 5:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk & Waveney Integrated Care Board

County Hall, Martineau Ln

Norwich

NR1 2DH

Contact

David.Bailey1@nhs.net

Email

David.baley1@nhs.net

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

Buyer's address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

https://health-family.force.com/s/Welcome

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 Service NHS Norfolk and Waveney ICB

Reference number

NW2024/28

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The objectives of this project are to commission a service to provide across Norfolk & Waveney a full range of termination methods up to the legal gestational limit (24 weeks) which are speedy and safe depending on the personal health and circumstances of the individual service user, to reduce repeat terminations and unintended pregnancies, and to promote better sexual health among service users.

Patients will have access to the full range of termination methods up to the legal gestational limit (24 weeks) which are speedy and safe depending on the personal health and circumstances of the individual service user, to reduce repeat terminations and unintended pregnancies and to promote better sexual health among service users. Ensuring service users have a positive experience of care and are treated and cared for in a safe environment, protected from avoidable harm. Provider will be registered with the CQC and adhere to CQC regulations.

The service will work closely with local contraceptive and sexual health clinics, acute trusts and other local counselling and pregnancy testing providers.

The proposed contract will be for a period of 3 years with the option to extend for an additional 2 years. The anticipated contract value is £1,800,000 per annum.

To apply for this opportunity please register via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Project
C254699.

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Norfolk and Waveney

two.2.4) Description of the procurement

The objectives of this project are to commission a service to provide across Norfolk & Waveney a full range of termination methods up to the legal gestational limit (24 weeks) which are speedy and safe depending on the personal health and circumstances of the individual service user, to reduce repeat terminations and unintended pregnancies, and to promote better sexual health among service users.

Patients will have access to the full range of termination methods up to the legal gestational limit (24 weeks) which are speedy and safe depending on the personal health and circumstances of the individual service user, to reduce repeat terminations and unintended pregnancies and to promote better sexual health among service users. Ensuring service users have a positive experience of care and are treated and cared for in a safe environment, protected from avoidable harm. Provider will be registered with the CQC and adhere to CQC regulations.

The service will work closely with local contraceptive and sexual health clinics, acute trusts and other local counselling and pregnancy testing providers.

The proposed contract will be for a period of 3 years with the option to extend for an additional 2 years. The anticipated annual contract value is circa £1,800.000 per annum

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £9,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

This Procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).

A prior information notice was published in December 2023 https://www.find-tender.service.gov.uk/Notice/037783-2023?

To apply for this opportunity please register via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Project
C254699.


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-037783

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

Date

12 April 2024

Local time

5:00pm

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

Tender must be valid until: 30 June 2024

four.2.7) Conditions for opening of tenders

Date

15 April 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

The Strand

London

WC2A 2LL

Country

United Kingdom