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
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