Termination of Pregnancy Service NHS Norfolk and Waveney ICB

  • NHS Norfolk & Waveney Integrated Care Board

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-059359

Procurement identifier (OCID): ocds-h6vhtk-04891f (view related notices)

Published 24 September 2025, 3:32pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Norfolk & Waveney Integrated Care Board

County Hall, Martineau Ln

Norwich

NR1 2DH

Email

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/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Termination of Pregnancy Service NHS Norfolk and Waveney ICB

Reference number

NW2024-72 (C298776)

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Norfolk and Waveney ICB sought expressions of interest for the provision of a Termination of Pregnancy Service.

The aim of this service was to ensure that all women and people who are pregnant in Norfolk and Waveney have access to evidence-based, quality abortion advice and care in line with existing national guidance.

Core aims:

• To improving access
• To minimising waiting times with no unnecessary delay
• To give choice of procedure & location
• To ensuring privacy and convenience
• To reducing stigma
• To following evidence-based pathways that deliver safe and effective care

Patients can expect that:

All providers must be registered by the relevant independent healthcare regulators (CQC in England, HIW in Wales) and are accountable to them for delivery of care to Fundamental Standards (CQC) and Health and Care Standards (HIW).
Providers must ensure patients can receive the full range of services and must not “cherry-pick” cases so as to undermine local services. Where a provider does not provide a particular service within an ICS / Health Board area, the patient must be informed that they may need to travel to access this type of care and about all the alternative choices available locally.
Providers should act collaboratively to ensure care pathways are seamless, and always put the patient’s interests first by directing them to services that best fit their needs.

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

To apply for this opportunity provider were asked to register via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Project
C298776


Section six. Complementary information

six.6) Original notice reference

Notice number: 2024/S 000-037326


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

VI.3.01

Instead of
Text

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. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’ If you have wish to make a written representation regarding this intention to award notice please contact nwicb.enquiries@nhs.net. The intention to award decision was made by the ICB Steering Group 1st October 2024.There were no declared conflicts identified during in relation to this process.The Key Criteria weighting for this services was as follows:Quality & Innovation - 37%Value - 20%Integration, Collaboration and Service Sustainability - 20%Improving Access, Reducing - 13%Social Value - 10%The rationale for awarding to the preferred provider was that they have passed all pass/fail questions in the basic selection questionnaire and ranked as the highest scoring provider based on their overall Key Criteria score within this Provider Selection Process.

Read
Text

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.This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’If you have wish to make a written representation regarding this intention to award notice please contact nwicb.enquiries@nhs.net.The intention to award decision was made by the ICB Steering Group 1st October 2024.There were no declared conflicts identified during in relation to this process.The Key Criteria weighting for this services was as follows:Quality & Innovation - 37%Value - 20%Integration, Collaboration and Service Sustainability - 20%Improving Access, Reducing - 13%Social Value - 10%The rationale for awarding to the preferred provider was that they have passed all pass/fail questions in the basic selection questionnaire and ranked as the highest scoring provider based on their overall Key Criteria score within this Provider Selection Process. This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded using the competitive process Contract start date 10th August 2025 The proposed contract is 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