Social and other specific services – public contracts

Information

Published

Date of dispatch of this notice: 12/08/2019

External Reference: 2019-550289

TED Reference: 2019/S 156-386087

Social and other specific services – public contracts

Social and other specific services – public contracts

Contract award notice

Services

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.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 is 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 is 3 years (36 months) with an option to extend for a further 2 years (24 months).
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  4372656.00  GBP
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 is 3 years (36 months) with an option to extend for a further 2 years (24 months). The successful provider has been contracted 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 THE FINANCIAL THRESHOLD ADVERTISED - NO BIDS UNDER £2,592,000.00 OR OVER £4,617,000.00 OVER 3 YEARS (INITIAL PERIOD) WOULD BE ACCEPTED - ANY BIDS BELOW £2,592,000.00 OR EXCEEDING £4,617,000.00 (3 YEAR INITIAL PERIOD) WOULD 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.2.13)

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 IV: Procedure

IV.1)

Description

IV.1.1)

Form of procedure

Open procedure
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 237-541656
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Termination of Pregnancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2019
V.2.2)

Information about tenders

Number of tenders received:  2
V.2.3)

Name and address of the contractor

British Pregnancy Advisory Service
20 Timothys Bridge Road
Stratford Upon Avon
CV37 9BF
UK

V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4372656.00  GBP

Section VI: Complementary information

VI.3)

Additional information

NHS AGCSU managed this Procurement in accordance with the Public Contracts Regulations 2015 (as amended) (the 'Regulations'). The Services procured are Schedule 3 Services and NHS Arden & GEM CSU and the Commissioners 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