II.1)
Scope of the procurement
Specialist Fertility Services for East & North Hertfordshire, Herts Valleys and West Essex CCGs
Reference number:
SFS/HERTS/ITT
85000000
-
Health and social work services
Services
II.1.4)
Short description
NHS East and North Hertfordshire Clinical Commissioning Group (ENHCCG) as the Lead Commissioner, on behalf of NHS Herts Valleys Clinical Commissioning Group (HVCCG) and NHS West Essex Clinical Commissioning Group (WECCG) (collectively referred to as the Commissioners) are inviting suitably qualified and experienced providers to Bid to deliver the Service(s), by responding to this opportunity as required and described within the published tender.
The purpose of the Specialist Fertility Services is to provide a range of appropriate assisted conception services for couples who meet the eligibility criteria. The service aims to treat subfertility.
The total value stated in this notice is indicative based upon 19/20 activity and price and is subject to increase or decrease dependent upon activity (see published tender).
II.1.5)
Estimated total value
Value excluding VAT: 1100000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
85100000
-
Health services
II.2.4)
Description of the procurement
The service will be available to all patients registered with NHS East and North Hertfordshire Clinical Commissioning Group (ENHCCG), NHS Herts Valleys Clinical Commissioning Group (HVCCG), or NHS West Essex Clinical Commissioning Group (WECCG).
The service is being procured on an activity-based contract with maximum tariffs, further details of which may be found in the tender documentation. The £ value stated in this notice is the TOTAL service value,
based upon 19/20 values and is subject to increase or decrease dependent upon activity and not guaranteed.
As a result of this procurement exercise an agreement will be established with a maximum of 5 successful Bidder(s) for a period of 5 years with the Commissioner having the option to extend the Contract for up to a further 2 years.
Should an insufficient number of compliant bids be received, the Commissioner(s) reserve the right to re-advertise the tender, or if in the future it becomes apparent this number (5) of contracts does not provide sufficient capacity then again, the Commissioner(s) reserve the right to re-advertise without re-engagement with whomever may then be a current Provider. Conditions which may mean re-tendering is not undertaken is included in the published tender documentation.
The service is a Schedule 3 Service and is being procured under the Light Touch Regime (LTR) of the Public Contract Regulations 2015.
The current contract(s) for the Services will end on 30th April 2021 and as a result the successful Provider is expected to be fully operational, providing services from 01st May 2021.
Prospective Bidders must ensure they read all the documentation published within e-procurement portal (EU-Supply) for all the relevant detail.
Full details of the qualification requirements of Bidders (as defined in the tender documentation) are provided in the tender documentation on EU-Supply. The Service Specification can be found in the tender documentation on the EU-Supply Portal.
Value excluding VAT: 1100000.00
GBP
II.2.7)
Duration of the contract or the framework agreement
Start:
01/05/2021
/
End:
31/03/2026
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no