Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Sackville House, Brooks Close
Lewes
BN7 2FZ
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/
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
23.931/C300250 ITT
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Sussex Vasectomy service. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C300250) at:
https://healthfamily.force.com/s/Welcome
by midnight (23:59) on Monday 06/01/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
This award is for a maximum period of 96 months (60 months + 36 months option to extend)
The service value is £650,000 per annum.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £5,200,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
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
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Sussex Vasectomy service. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C300250) at:
https://healthfamily.force.com/s/Welcome
by midnight (23:59) on Monday 06/01/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
This award is for a maximum period of 96 months (60 months + 36 months option to extend)
The service value is £650,000 per annum.
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.
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Cost, Activity and Value / Weighting: 20
two.2.11) Information about options
Options: No
two.2.14) Additional information
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents.
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.
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 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 000-025127
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 December 2024
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sussex Medical Chambers Ltd
10 CLIVE AVENUE
WORTHING
BN12 4SG
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Companies House
05021954
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £5,200,000
Total value of the contract/lot: £5,200,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award 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 award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on Monday 6th January 2025 via the project (Atamis reference number: C300250) at: https://healthfamily.force.com/s/Welcome
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
No conflicts of interest were declared.
The award decision maker is the NHS Sussex Integrated Care Board (ICB).
The service evaluation was reviewed against the 5 key criteria:
The key criteria were weighted as follows: Quality and innovation (37%), Value (20%), Integration, Collaboration and Service Sustainability (10%), Improving access, reducing health inequalities and facilitating choice (25%); Social Value (8%).
Quality & Innovation: This criterion has the heaviest weighting and reflects our commitment to delivering a service of the highest quality. It emphasises the importance of innovation and adaptability in meeting the evolving needs of patients while maintaining excellence in service delivery.
Value: The criterion of "Value" holds significant importance as it underscores the necessity of achieving optimal value for public investment in a pan-Sussex vasectomy service. It is essential to ensure that resources are utilised efficiently and effectively to deliver sustainable, efficient, and cost-effective services.
Integration, Collaboration, and Service Sustainability: This criterion highlights the critical role of integration and collaboration in enhancing health service delivery. It emphasises the importance of establishing cohesive system partnerships to ensure the sustainability and long-term viability of the service.
Improving Access, Reducing Health Inequalities, and Facilitating Choice: Assigned the second heaviest weighting, this criterion underscores our commitment to promoting equitable access to healthcare services for all patients, across Sussex. It emphasises the importance of addressing health inequalities and enhancing patient choice, ultimately leading to improved health outcomes for all.
Social Value: While weighted the lightest among the criteria, other questions in the tender contained social value aspects. "Social Value" remains a crucial consideration in our evaluation process. It recognises the potential impact of service changes on the local healthcare workforce and their contributions to broader social, economic, and environmental improvements in the community.
These headings were translated into the following subject areas and weightings:
Service Delivery (35%)
Service Quality (25%)
Finance and Activity (20%)
Sustainability (5%)
Public Involvement (5%)
Governance (10%)
six.4) Procedures for review
six.4.1) Review body
NHS 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