Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Sackville House, Brooks Close
LEWES
BN72FX
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