Tender

NHS Sussex Community Vasectomy Service 23.931/C300250 ITT

  • NHS Sussex Integrated Care Board (ICB)

F02: Contract notice

Notice identifier: 2024/S 000-025127

Procurement identifier (OCID): ocds-h6vhtk-044479

Published 8 August 2024, 6:54pm



Section one: Contracting authority

one.1) Name and addresses

NHS Sussex Integrated Care Board (ICB)

Sackville House, Brooks Close

LEWES

BN72FX

Email

aelliott1@nhs.net

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

NHS Organisation Data Service

QNX

Internet address(es)

Main address

https://www.sussex.ics.nhs.uk/nhs-sussex/

Buyer's address

https://atamis-1928.my.site.com/s/Welcome

one.3) Communication

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

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-1928.my.site.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

NHS Sussex Community Vasectomy Service 23.931/C300250 ITT

Reference number

C300250 / 23.931 ITT

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Sussex ICB (covering the patient population of West Sussex, Brighton & Hove, and East Sussex) are pleased to announce the procurement of a new Community Vasectomy Service from 1st April 2025.

The aim of this service is to provide a complete, holistic, patient focused care package, including pre- and post-operative care, information, advice, and counselling.

The service is offered via an NHS Standard Contract for a primary period of 5 years with up to 3 additional years extension period at the sole discretion of the Commissioner. A maximum annual contract value of £650,000 has been set, with a maximum total contract value of £5,200,000 over the 8 year maximum possible duration.

Providers should be appropriately CQC registered.

Providers will be responsible for the provision and funding of the post vasectomy semen analysis (PVSA). This must be undertaken at a recognized laboratory testing provider complying with World Health Organization (WHO) guidance that also has UKAS ISO 15189 accreditation.

Providers are required to have a minimum annual turnover 1.5x greater than the annual contract value i.e. greater than £975,000.

In order to facilitate joint bids, partnerships and development of subcontracting arrangements, the Commissioners will be maintaining a Provider Information directory for the duration of the tender preparation window. This is designed to assist Providers of all sizes and from all market segments (e.g. SMEs and VCSEs) to actively collaborate and participate in providing this service.

The deadline for receipt of tenders is 12 p.m. on 9th September 2024.

two.1.5) Estimated total value

Value excluding VAT: £5,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

NHS Sussex ICB area

two.2.4) Description of the procurement

NHS Sussex ICB (covering the patient population of West Sussex, Brighton & Hove, and East Sussex) are pleased to announce the procurement of a new Community Vasectomy Service from 1st April 2025.

The aim of this service is to provide a complete, holistic, patient focused care package, including pre- and post-operative care, information, advice, and counselling.

The service is offered via an NHS Standard Contract for a primary period of 5 years with up to 3 additional years extension period at the sole discretion of the Commissioner. A maximum annual contract value of £650,000 has been set, with a maximum total contract value of £5,200,000 over the 8 year maximum possible duration.

Providers should be appropriately CQC registered.

Providers will be responsible for the provision and funding of the post vasectomy semen analysis (PVSA). This must be undertaken at a recognized laboratory testing provider complying with World Health Organization (WHO) guidance that also has UKAS ISO 15189 accreditation.

Providers are required to have a minimum annual turnover 1.5x greater than the annual contract value i.e. greater than £975,000.

In order to facilitate joint bids, partnerships and development of subcontracting arrangements, the Commissioners will be maintaining a Provider Information directory for the duration of the tender preparation window. This is designed to assist Providers of all sizes and from all market segments (e.g. SMEs and VCSEs) to actively collaborate and participate in providing this service.

The deadline for receipt of tenders is 12 p.m. on 9th September 2024.

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

96

This contract is subject to renewal

Yes

Description of renewals

Primary period of 5 years, with a single extension option up to a maximum of 3 years at the discretion of the commissioner (within this procurement) and subsequently by following the Provider Selection Regime.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Providers should be appropriately CQC registered.

Providers will be responsible for the provision and funding of the post vasectomy semen analysis (PVSA). This must be undertaken at a recognized laboratory testing provider complying with World Health Organization (WHO) guidance that also has UKAS ISO 15189 accreditation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Providers are required to have a minimum annual turnover 1.5x greater than the annual contract value i.e. greater than £975.000.

Additional criteria in the procurement documents.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-006599

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

Date

9 September 2024

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 September 2024

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this procurement or any subsequent contract award.

six.4) Procedures for review

six.4.1) Review body

NHS Sussex Integrated Care Board

Sackville House, Brooks Close

Lewes

BN7 2FZ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS England

Skipton House, 80 London Road

LONDON

SE1 6LH

Country

United Kingdom

Internet address

https://www.england.nhs.uk/