Notice Information
Notice Title
NHS England South East - Procurement for Breast Screening Programme in Surrey and North East Hampshire
Notice Description
NHS England/Improvement seeks to commission a Breast Screening Programme for the residents of Surrey and North East Hampshire. The contract will serve an eligible population of approximately 182,000 women aged 50-70. The aim of the NHS breast screening programme is to reduce mortality from breast cancer by diagnosing cancer at an early stage when treatment is more successful. The successful bidder will be required to deliver a screening programme which is fully compliant with all relevant national standards and pathways and which includes the following elements: * Identification and invitation of the eligible female population for screening at appropriate intervals (i.e. call/recall) in accordance with national guidance * Providing appropriate information to allow women to make an informed choice about whether or not to participate in screening * Providing high quality, accessible, effective people-centred mammography screening services * Ensuring GPs are informed of screening in their area, and the final outcomes of screening invitations for each of their patients * Undertaking assessment and diagnosis of individuals with abnormal initial test results; accurately diagnosing cancers, with reference to multidisciplinary team decisions; and referring women for treatment by appropriately trained and qualified specialists in accordance with nationally agreed protocols and treatment pathways * Managing screening according to national protocols for women with specific conditions which place them at high risk for developing breast cancer * Working with other local stakeholders to maximise uptake, improve quality and tackle inequalities and improve outcomes. * Delivery by suitably trained, competent and qualified clinical and non-clinical staff who, where relevant, participate in recognized ongoing continuing medical education, continuous professional development, and external quality assurance schemes, using equipment which meets the NHSBSP standards of image quality and radiation dose, with audit embedded in the service The population to be served by the programme will be those covered by the following 3 CCGs: NHS Surrey Heartlands, NHS Surrey Heath and NHS North East Hampshire and Farnham. Whilst there are no specific changes to the geographic footprint and population covered by this service anticipated at this point, the provider must be prepared to work with commissioners to implement any such alterations that do arise due to developments during the life of the contract. This tendering process will consist of two stages: (1) Stage 1 will entail Providers expressing their interest and providing evidence of their capability and capacity in relation to the service requirements. Additional information: The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1) which [may involve dialogue] and will involve assessment of bids against published evaluation criteria and weightings; or (b) a non-competitive "Assurance Process" (if only one capable provider is identified at Stage 1). The Assurance Process will be a collaborative and flexible, evidence based approach to securing the delivery of the services. Evidence will be considered by subject matter experts and assessed against critical success factors and expected minimum standards Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority may observe a voluntary award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of th
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-30223c44-1018-4f04-81ed-7f21498a740a
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/932d1578-1206-4943-abf4-1deef0b57f86
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Other - Light Touch Regime
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £35,415,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Apr 20214 years ago
- Submission Deadline
- 27 Apr 2021Expired
- Future Notice Date
- 4 Dec 2020Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2022 - 31 Mar 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- SO16 4GX
- Post Town
- Southampton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ32 Southampton
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Southampton
- Electoral Ward
- Millbrook
- Westminster Constituency
- Southampton Test
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/932d1578-1206-4943-abf4-1deef0b57f86
7th April 2021 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/f4bdf79d-624e-4ae9-859b-b78953540fee
13th November 2020 - Early engagement notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/48469cc4-035a-4446-a7aa-f2969f48eb66
Market Engagement Questionnaire -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/50021db2-bed1-40f3-ab28-c9640bc7b8bc
Full description of service for advert -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-30223c44-1018-4f04-81ed-7f21498a740a-2021-04-07T17:59:44+01:00",
"date": "2021-04-07T17:59:44+01:00",
"ocid": "ocds-b5fd17-30223c44-1018-4f04-81ed-7f21498a740a",
"language": "en",
"initiationType": "tender",
"title": "Procurement for the provision of a Breast Screening Programme for Surrey and North East Hampshire",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2020-12-04T23:59:59Z"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f4bdf79d-624e-4ae9-859b-b78953540fee",
"datePublished": "2020-11-13T14:56:54Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "biddingDocuments",
"description": "Market Engagement Questionnaire",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/48469cc4-035a-4446-a7aa-f2969f48eb66",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"tender": {
"id": "WA11090- Provider Capability Assessment",
"title": "NHS England South East - Procurement for Breast Screening Programme in Surrey and North East Hampshire",
"description": "NHS England/Improvement seeks to commission a Breast Screening Programme for the residents of Surrey and North East Hampshire. The contract will serve an eligible population of approximately 182,000 women aged 50-70. The aim of the NHS breast screening programme is to reduce mortality from breast cancer by diagnosing cancer at an early stage when treatment is more successful. The successful bidder will be required to deliver a screening programme which is fully compliant with all relevant national standards and pathways and which includes the following elements: * Identification and invitation of the eligible female population for screening at appropriate intervals (i.e. call/recall) in accordance with national guidance * Providing appropriate information to allow women to make an informed choice about whether or not to participate in screening * Providing high quality, accessible, effective people-centred mammography screening services * Ensuring GPs are informed of screening in their area, and the final outcomes of screening invitations for each of their patients * Undertaking assessment and diagnosis of individuals with abnormal initial test results; accurately diagnosing cancers, with reference to multidisciplinary team decisions; and referring women for treatment by appropriately trained and qualified specialists in accordance with nationally agreed protocols and treatment pathways * Managing screening according to national protocols for women with specific conditions which place them at high risk for developing breast cancer * Working with other local stakeholders to maximise uptake, improve quality and tackle inequalities and improve outcomes. * Delivery by suitably trained, competent and qualified clinical and non-clinical staff who, where relevant, participate in recognized ongoing continuing medical education, continuous professional development, and external quality assurance schemes, using equipment which meets the NHSBSP standards of image quality and radiation dose, with audit embedded in the service The population to be served by the programme will be those covered by the following 3 CCGs: NHS Surrey Heartlands, NHS Surrey Heath and NHS North East Hampshire and Farnham. Whilst there are no specific changes to the geographic footprint and population covered by this service anticipated at this point, the provider must be prepared to work with commissioners to implement any such alterations that do arise due to developments during the life of the contract. This tendering process will consist of two stages: (1) Stage 1 will entail Providers expressing their interest and providing evidence of their capability and capacity in relation to the service requirements. Additional information: The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1) which [may involve dialogue] and will involve assessment of bids against published evaluation criteria and weightings; or (b) a non-competitive \"Assurance Process\" (if only one capable provider is identified at Stage 1). The Assurance Process will be a collaborative and flexible, evidence based approach to securing the delivery of the services. Evidence will be considered by subject matter experts and assessed against critical success factors and expected minimum standards Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (\"the Regulations\") which are not subject to the full regime of the Regulations, but is instead governed by the \"Light Touch Regime\" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (\"Open\", \"Restricted\", \"Competitive Procedure with Negotiation\", \"Competitive Dialogue\" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority may observe a voluntary award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of th",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"suitability": {
"sme": true,
"vcse": true
},
"datePublished": "2021-04-07T17:59:44+01:00",
"value": {
"amount": 35415000,
"currency": "GBP"
},
"procurementMethodDetails": "Other - Light Touch Regime",
"tenderPeriod": {
"endDate": "2021-04-27T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/932d1578-1206-4943-abf4-1deef0b57f86",
"datePublished": "2021-04-07T17:59:44+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Full description of service for advert",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/50021db2-bed1-40f3-ab28-c9640bc7b8bc",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "In-Tend Portal",
"url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"identifier": {
"legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
},
"address": {
"streetAddress": "NHS England and NHS Improvement South East, Oakley Road",
"locality": "Southampton",
"postalCode": "SO16 4GX",
"countryName": "England"
},
"contactPoint": {
"name": "Chris Fuller",
"email": "scwcsu.procurement@nhs.net"
},
"details": {
"url": "https://in-tendhost.co.uk/scwcsu/aspx/Registration"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
}
}