Social and other specific services – public contracts - Call for competition

Information

Published

Date of dispatch of this notice: 29/08/2020

Expire date: 27/10/2020

External Reference: 2020-587597

TED Reference: 2020/S 169-410426

Social and other specific services – public contracts - Call for competition

Social and other specific services – public contracts

Prior information notice - This notice is a call for competition

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS East and North Hertfordshire Clinical Commissioning Group
na
Charter House, Parkway
Welwyn Garden City
AL8 6JL
UK
Contact person: Camilla Ball, Head of Procurement
Internet address(es):
Address of the buyer profile: https://www.enhertsccg.nhs.uk/

NHS Herts Valleys Clinical Commissioning Group
The Forum, Marlowes,
Hemel Hempstead
HP1 1DN
UK
Contact person: Kim Sharman
Internet address(es):
Address of the buyer profile: https://hertsvalleysccg.nhs.uk/

NHS West Essex Clinical Commissioning Group
Building 4 Spencer Close, The Plain
Epping
CM16 6TN
UK
Contact person: Kim Sharman
Internet address(es):
Address of the buyer profile: https://westessexccg.nhs.uk/

I.2)

Joint procurement

The contract involves joint procurement
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=32459&B=UK
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

Specialist Fertility Services for East & North Hertfordshire, Herts Valleys and West Essex CCGs
Reference number:  SFS/HERTS/ITT
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

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)

Description

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.
II.2.6)

Estimated value

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: The Procurement Process is described within the documentation published. This Procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Additional performance criteria may be offered as a condition precedent or at any point during the contract term at the Commissioner's discretion; this may include requiring additional performance and financing guarantees for the contract's performance.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Form of procedure

Open procedure
IV.1.11)

Main features of the award procedure

As a result of this procurement exercise an agreement will be established with a maximum of 5 successful Bidder(s).
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 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.
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 248-616233
IV.2.2)

Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest

Date:  27/10/2020
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

Arden & GEM Commissioning Support Unit
St. Johns House
Leicester
LE1 6NB
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
St. Johns House
Leicester
LE1 6NB
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit
St. Johns House
Leicester
LE1 6NB
UK