Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesBarking & Dagenham, Havering and Redbridge Clinical Commissioning Groups
Barking & Dagenham, Havering and Redbridge Clinical Commissioning Groups, Becketts House, 2-14 Ilford Hill
Ilford
IG1 2QX
United Kingdom
Contact person: David Olusanya
Telephone: +44 2036881360
E-mail: davidolusanya@nhs.net
NUTS code:
UKIInternet address(es):
Main address: http://www.redbridgeccg.nhs.uk/
I.2)Information about joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=fcad54ab-fdf9-e711-80ea-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=fcad54ab-fdf9-e711-80ea-005056b64545
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Any Qualified Provider (AQP) Termination of Pregnancy Services 2017 for Barking and Dagenham, Havering and Redbridge CCGs
Reference number: DN297952
II.1.2)Main CPV code85100000
II.1.3)Type of contractServices
II.1.4)Short description:
Aims include:
— to provide a consistent, effective, comprehensive, accessible, legal and appropriate abortion service to women and girls - as early as possible and in consideration of personal circumstances.
— to provide a quality service informed by the Royal College of Obstetricians and Gynaecologists Guideline for the “Care of Women Requesting Induced Abortion” (the RCOG Guideline 2011), the MEDFASH standards for sexual health services and current best evidence.
— to provide a choice of abortion methods, clinically appropriate for the women’s/girl’s gestation and clinical circumstances.
— to ensure women and girls are effectively signposted in-line with the Care Act 2014 and the Children acts 1989, 2004 as well as Sexual Offences Act 2003, Female Genital Mutilation (FGM) act 2003 and Mandatory Reporting duty for FGM 31 Oct 2015.
— to ensure that risk of infection and other complications are minimised.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)85121210
II.2.3)Place of performanceNUTS code: UKI
II.2.4)Description of the procurement:
Objectives:
— to offer high quality, impartial support and advice to all women and girls who request an abortion, regardless of age, ethnicity, language, disability, sexual orientation, religious or personal circumstances.
— to provide women and girls with access to an abortion as early as possible but procedures must be available up to the legal time limit.
— to provide a choice of abortion methods clinically appropriate for a woman’s/girl’s gestation and clinical and emotional circumstances.
— to improve the sexual health of women and girls through providing sexual health screening and treatment as appropriate for Chlamydia, other sexually transmitted infections (STIs) and HIV.
— to provide information, advice, and provision of the full range of effective contraception methods including Long-Acting Reversible Contraception (LARC).
— to provide an assessment appointment within 5 days of referral (which shall be prioritized in the case of a woman/girl with a pregnancy at late gestation) and no later than 14 days from referral.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 16/02/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 16/02/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The total estimated value of the contract is £0 due to it being an AQP. The allocated budget for 2017-18 is £1.66m, which if it were to remain at the same value over the 3-year term would amount to a total value of £4.98m. This will be an Open AQP Procedure.
VI.4)Procedures for review
VI.4.1)Review bodyNEL Commissioning Support Unit
2nd Floor, 1 Lower Marsh
London
SE1 7NT
United Kingdom
Telephone: +44 2036881360
E-mail: davidolusanya@nhs.net
Internet address: http://www.nelcsu.nhs.uk/
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:19/01/2018