Notice Information
Notice Title
Procurement for the provision of Termination of Pregnancy Services to Oxfordshire Clinical Commissioning Group ("CCG") on behalf of Buckinghamshire CCG, East Berkshire CCG and Berkshire West CCG
Notice Description
Oxfordshire CCG are seeking to commission a successful, efficient and safe termination of pregnancy service which respects service user's wishes, reduces repeat terminations and unintended pregnancies, and promotes better sexual health among service users on behalf of Buckinghamshire CCG, East Berkshire CCG and Berkshire West CCG (The CCG Group). The service will be for all adults (over 18) registered with a GP in the CCG group area. The provider will ensure that the service is respectful and does not discriminate on grounds of age, disability, race, ethnicity, culture, religious beliefs, sexual orientation, income levels, marital status, previous terminations or any other non-medical characteristics. The objectives of the service are: * To provide a termination of pregnancy service which provides information/advice and medical terminations within the service user's county of residence or within 30 miles of their home and at the time they request; and provides surgical terminations within their county of residence. * To offer terminations as early as possible based on the service user's gestation and clinical circumstances * To provide a quality service which complies with the Royal College of Obstetricians and Gynaecologists Guideline for the "Care of women Requesting Induced Abortion", the Faculty of Sexual & Reproductive Health Guidance and current best evidence. * To ensure 100% of terminations take place without complications * To provide 100% of service users with advice on the full range of contraceptives. * To supply (and where necessary fit) 90% of service users with contraceptives after treatment. The Termination of Pregnancy Service will include: * Primary care referrals and self-referral into the service. * Provision of professionally trained staff. * Regular clinics within the geographical area. * Specialist assessment and treatment. * Appropriate interventions and onward referral where necessary. * Information on and signposting to any relevant support services. * Treatment to prevent hospital admissions. * Drive innovation through service improvement * Work with the CCG on appropriate KPIs * Ensuring appropriate data collection methods to submit quarterly reports to the CCG * Form/maintain good positive links to other associated services/providers to allow the provision of multi-agency health and social care * Work alongside referrers to ensure timely and appropriate referrals; this may include training and support * CQC registration * Have appropriate governance and policies * Working closely with Primary Care Networks The initial contract term will be for 3 years from 1st September 2021, with an optional extension of any period(s) up to a maximum of a further 2 years, as defined and at the discretion of the commissioners. The financial envelope is PS2.2 million per annum. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit on behalf of the commissioners. Additional information: 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 In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. 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 Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d0781813-9e6b-4bd7-9573-7be26deb92ff
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/c779640d-6686-47b7-b48d-c8bc40362b16
- 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 (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £6,600,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Dec 20205 years ago
- Submission Deadline
- 20 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2021 - 31 Aug 2026 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
- Donna Harrington
- Contact Email
- donnaharrington@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- OXFORD
- Postcode
- OX4 2LH
- Post Town
- Oxford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ14 Oxfordshire CC
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Oxford
- Electoral Ward
- Temple Cowley
- Westminster Constituency
- Oxford East
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c779640d-6686-47b7-b48d-c8bc40362b16
16th December 2020 - Opportunity notice on Contracts Finder
Notice URLs
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-d0781813-9e6b-4bd7-9573-7be26deb92ff-2020-12-16T12:31:01Z",
"date": "2020-12-16T12:31:01Z",
"ocid": "ocds-b5fd17-d0781813-9e6b-4bd7-9573-7be26deb92ff",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "WA9848",
"title": "Procurement for the provision of Termination of Pregnancy Services to Oxfordshire Clinical Commissioning Group (\"CCG\") on behalf of Buckinghamshire CCG, East Berkshire CCG and Berkshire West CCG",
"description": "Oxfordshire CCG are seeking to commission a successful, efficient and safe termination of pregnancy service which respects service user's wishes, reduces repeat terminations and unintended pregnancies, and promotes better sexual health among service users on behalf of Buckinghamshire CCG, East Berkshire CCG and Berkshire West CCG (The CCG Group). The service will be for all adults (over 18) registered with a GP in the CCG group area. The provider will ensure that the service is respectful and does not discriminate on grounds of age, disability, race, ethnicity, culture, religious beliefs, sexual orientation, income levels, marital status, previous terminations or any other non-medical characteristics. The objectives of the service are: * To provide a termination of pregnancy service which provides information/advice and medical terminations within the service user's county of residence or within 30 miles of their home and at the time they request; and provides surgical terminations within their county of residence. * To offer terminations as early as possible based on the service user's gestation and clinical circumstances * To provide a quality service which complies with the Royal College of Obstetricians and Gynaecologists Guideline for the \"Care of women Requesting Induced Abortion\", the Faculty of Sexual & Reproductive Health Guidance and current best evidence. * To ensure 100% of terminations take place without complications * To provide 100% of service users with advice on the full range of contraceptives. * To supply (and where necessary fit) 90% of service users with contraceptives after treatment. The Termination of Pregnancy Service will include: * Primary care referrals and self-referral into the service. * Provision of professionally trained staff. * Regular clinics within the geographical area. * Specialist assessment and treatment. * Appropriate interventions and onward referral where necessary. * Information on and signposting to any relevant support services. * Treatment to prevent hospital admissions. * Drive innovation through service improvement * Work with the CCG on appropriate KPIs * Ensuring appropriate data collection methods to submit quarterly reports to the CCG * Form/maintain good positive links to other associated services/providers to allow the provision of multi-agency health and social care * Work alongside referrers to ensure timely and appropriate referrals; this may include training and support * CQC registration * Have appropriate governance and policies * Working closely with Primary Care Networks The initial contract term will be for 3 years from 1st September 2021, with an optional extension of any period(s) up to a maximum of a further 2 years, as defined and at the discretion of the commissioners. The financial envelope is PS2.2 million per annum. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit on behalf of the commissioners. Additional information: 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 In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. 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 Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.",
"datePublished": "2020-12-16T12:31:01Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 6600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2021-01-20T12:00:00Z"
},
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2026-08-31T23:59:59+01:00"
},
"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/c779640d-6686-47b7-b48d-c8bc40362b16",
"datePublished": "2020-12-16T12:31:01Z",
"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": "Jubilee House, 5510 John Smith Dr",
"locality": "Oxford",
"postalCode": "OX42LH",
"countryName": "England"
},
"contactPoint": {
"name": "Donna Harrington",
"email": "donnaharrington@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"
}
}