Contract notice

Information

Published

Date of dispatch of this notice: 06/12/2018

Expire date: 25/01/2019

External Reference: 2018-568012

TED Reference: 2018/S 237-541656

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS Arden and Greater East Midlands Commissioning Support Unit
na
Kingston House, 438-450 High Street
West Bromwich
B70 9LD
UK
Contact person: Craig Stephens
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26478&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Termination of Pregnancy Services (Coventry and Warwickshire)
Reference number:  33704
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The successful provider will be required to deliver Termination of Pregnancy services for the registered populations of the following Commissioners (1) NHS South Warwickshire CCG (2) NHS Coventry & Rugby CCG and (3) NHS Warwickshire North CCG. The contract duration will be 3 years (36 months) with an option to extend for a further 2 years (24 months).
II.1.5)

Estimated total value

Value excluding VAT: 7695000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.4)

Description of the procurement

Termination of Pregnancy Services (TOPS). The contract duration will be 3 years (36 months) with an option to extend for a further 2 years (24 months). The successful provider will be required to deliver Termination of Pregnancy services for the registered populations of the following Commissioners (1) NHS South Warwickshire CCG (2) NHS Coventry & Rugby CCG and (3) NHS Warwickshire North CCG.
Please see service specification within project in EU Supply for full details of service.
The spend figures given are estimates only based on historical activity they are not to be taken as a guarantee of activity.
PLEASE NOTE THERE IS A FINANCIAL THRESHOLD - NO BIDS UNDER £2,592,000.00 OR OVER £4,617,000.00 OVER 3 YEARS (INITIAL PERIOD) WILL BE ACCEPTED - ANY BIDS BELOW £2,592,000.00 OR EXCEEDING £4,617,000.00 (3 YEAR INITIAL PERIOD) WILL BE DISQUALIFIED. CONTRACTS ARE ANNUALLY ADJUSTED IN LINE WITH NATIONAL GUIDANCE.
To access the project, please click on the EU Supply link provided and select project 33704.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 7695000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend for a further 2 years, at the discretion of the CCG.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

This procurement is not in lots.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/01/2019
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  11/01/2019
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

NHS AGCSU is managing this Procurement in accordance with the Public Contracts Regulations 2015 (as amended) (the 'Regulations'). The Services being procured are Schedule 3 Services and NHS Arden & GEM CSU and the Commissioner it represents are bound only by those parts of the Regulations applying to the procurement of these services commonly referred to as the Light Touch Regime (LTR). Whilst the procurement process is being referred to as an Open Process, Schedule 3 of the Regulations provides the Commissioner with the flexibility to define its own process as long as it complies with the provisions of Regulations 74-76 (inclusive) of the Regulations. The commissioner may require that the provider and/or members of its supply chain provide guarantees, bonds or other instruments of appropriate security for the due and proper performance of its or their obligations, in such forms as may be required by the commissioner or otherwise prescribed for any such purpose. Please see published documentation for further details. The CCG reserves the right not to award the contract in whole or in part and/or to withdraw the procurement at any stage and that it shall not have any liability for any bid costs.
VI.4)

Procedures for review

VI.4.1)

Review body

NHS Arden & GEM Commissioning Support Unit
West Bromwich
UK

VI.4.2)

Body responsible for mediation procedures

NHS Arden & GEM Commissioning Support Unit
West Bromwich
UK

VI.4.4)

Service from which information about the review procedure may be obtained

NHS Arden & GEM Commissioning Support Unit
West Bromwich
UK