Tender

Assisted Conception Services for Bristol, North Somerset and South Gloucestershire

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 1 release in its history.

Tender

01 Aug 2017 at 11:13

Summary of the contracting process

The NHS South, Central and West Commissioning Support Unit is conducting a tender for "Assisted Conception Services for Bristol, North Somerset and South Gloucestershire". This procurement, classified under health and social work services, is currently in the Tender stage and the deadline for submissions is set for 4th September 2017. The anticipated start date of the contract is 1st December 2017, with a total duration of five years and potential extensions of up to two years. The estimated annual value of the contract is £1.5 million, with a total contract value of £10.5 million.

This tender presents significant opportunities for healthcare providers specialising in assisted conception and subfertility services. Businesses that offer diagnostic services, treatment options, and personalised care sensitive to the emotional and psychological needs of patients will be well positioned to compete. The open procurement method and the specified eligibility criteria indicate a diverse range of providers, including those from small and medium enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) sectors, could enter the bidding process and potentially enhance their market presence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Assisted Conception Services for Bristol, North Somerset and South Gloucestershire

Notice Description

NHS Bristol, North Somerset and South Gloucestershire Clinical Commissioning Groups (the Commissioners) seek to commission an Assisted Conception Service for the Bristol, North Somerset and South Gloucestershire regions. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners. The purpose of the Assisted Conception Service is to provide a range of appropriate assisted conception services for couples who meet the eligibility criteria. The service aims to treat subfertility. The objective of treatment for subfertility is to achieve a successful pregnancy quickly and safely with the least intervention required and the delivery of a healthy child. This service will include the following; * Basic semen analysis to aid diagnosis and treatment decision making; * Help couples suffering from subfertility or confirmed infertility who meet the criteria to access licensed treatment to achieve a successful pregnancy; * Offer licensed assisted conception treatment for patients suffering who meet the criteria to access treatment; * Offer storage of gametes or embryos for patients who are on the NHS funded pathway or will be at risk of this in the future (e.g. patients receiving cancer treatment likely to impact on their future fertility); * Initial transfer and subsequent storage of NHS samples currently stored with the incumbent provider; * Provide a quality, safe, cost effective Assisted Conception service ensuring that the risk of infection and other complications such as OHSS and multiple pregnancy to service users is minimised; * Provide a personal service sensitive to the physical, psychological and emotional needs of service users; * Ensure effective communications between service users and the service providers; * Ensure effective communication between commissioners and the service providers; and * Develop and implement data collection and monitoring processes which provides fertility services intelligence to support the future commissioning of fertility services. The anticipated contract start date will be 1st December 2017. The contract duration will be for an initial period of 5 years, with the option to extend by any number of further periods up to a maximum of 2 years. The annual value of the service is PS1.5m. Any potential additional funding for storage of historical samples is to be determined. Bidders should note that the Commissioners will be going out to public consultation regarding possible further restriction in respect of eligibility criteria for this service. Any impact to any of the given information (value, scope etc.) will be notified to Bidders and will form part of any awarded contract. Documents related to the procurement can be obtained via In-Tend https://in-tendhost.co.uk/scwcsu/aspx/Home Additional information: Interested providers will be able to view the tender opportunity via the 'current tenders' list on in-tend. https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Selection & ITT questions directly within In-Tend and attach any requested documents separately to the placeholders provided. 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 intends to voluntarily observe the 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 tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3a002746-bbce-4978-b1b6-c96605903c8a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7c94088c-4e0f-4751-94a6-231d106a0033
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
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
£10,500,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20178 years ago
Submission Deadline
4 Sep 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2017 - 30 Nov 2024 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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
BRISTOL
Postcode
BS1 3NX
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLK South West (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-3a002746-bbce-4978-b1b6-c96605903c8a-2017-08-01T12:13:30+01:00",
    "date": "2017-08-01T12:13:30+01:00",
    "ocid": "ocds-b5fd17-3a002746-bbce-4978-b1b6-c96605903c8a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR001959",
        "title": "Assisted Conception Services for Bristol, North Somerset and South Gloucestershire",
        "description": "NHS Bristol, North Somerset and South Gloucestershire Clinical Commissioning Groups (the Commissioners) seek to commission an Assisted Conception Service for the Bristol, North Somerset and South Gloucestershire regions. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners. The purpose of the Assisted Conception Service is to provide a range of appropriate assisted conception services for couples who meet the eligibility criteria. The service aims to treat subfertility. The objective of treatment for subfertility is to achieve a successful pregnancy quickly and safely with the least intervention required and the delivery of a healthy child. This service will include the following; * Basic semen analysis to aid diagnosis and treatment decision making; * Help couples suffering from subfertility or confirmed infertility who meet the criteria to access licensed treatment to achieve a successful pregnancy; * Offer licensed assisted conception treatment for patients suffering who meet the criteria to access treatment; * Offer storage of gametes or embryos for patients who are on the NHS funded pathway or will be at risk of this in the future (e.g. patients receiving cancer treatment likely to impact on their future fertility); * Initial transfer and subsequent storage of NHS samples currently stored with the incumbent provider; * Provide a quality, safe, cost effective Assisted Conception service ensuring that the risk of infection and other complications such as OHSS and multiple pregnancy to service users is minimised; * Provide a personal service sensitive to the physical, psychological and emotional needs of service users; * Ensure effective communications between service users and the service providers; * Ensure effective communication between commissioners and the service providers; and * Develop and implement data collection and monitoring processes which provides fertility services intelligence to support the future commissioning of fertility services. The anticipated contract start date will be 1st December 2017. The contract duration will be for an initial period of 5 years, with the option to extend by any number of further periods up to a maximum of 2 years. The annual value of the service is PS1.5m. Any potential additional funding for storage of historical samples is to be determined. Bidders should note that the Commissioners will be going out to public consultation regarding possible further restriction in respect of eligibility criteria for this service. Any impact to any of the given information (value, scope etc.) will be notified to Bidders and will form part of any awarded contract. Documents related to the procurement can be obtained via In-Tend https://in-tendhost.co.uk/scwcsu/aspx/Home Additional information: Interested providers will be able to view the tender opportunity via the 'current tenders' list on in-tend. https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Selection & ITT questions directly within In-Tend and attach any requested documents separately to the placeholders provided. 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 intends to voluntarily observe the 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 tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.",
        "datePublished": "2017-08-01T12:13:30+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 10500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-09-04T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-12-01T00:00:00Z",
            "endDate": "2024-11-30T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7c94088c-4e0f-4751-94a6-231d106a0033",
                "datePublished": "2017-08-01T12:13:30+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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": "South Plaza, Marlborough Street",
                "locality": "Bristol",
                "postalCode": "BS1 3NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Katie Luscombe",
                "email": "katie.luscombe@nhs.net"
            },
            "details": {
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    }
}