II.2.1) Title
Level 3 Minor Surgery Service
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH14
Main site or place of performance:
The service will be delivered in the community of the NHS Ipswich and East Suffolk Clinical Commissioning Group locality.
II.2.4) Description of the procurement
NHS Ipswich and East Suffolk Clinical Commissioning Group are looking to commission a Level 3 Minor Surgery Service (Lot 1) and Vasectomy Service (Lot 2) across the Ipswich and East Suffolk (minus Waveney) locality.
Lot 1: The aim of the Level 3 Minor Surgery Service is to deliver high-quality, clinically effective, safe, cost effective intermediate minor surgery in the community. The service will be delivered as a one stop shop approach with assessment and surgery occurring on the same day for most patients. This lot will be awarded to a single provider.
Lot 2: The CCG is looking to commission a community vasectomy service to undertake vasectomies under local anaesthetic. These services will be accessible to all males who are the responsibility of the CCG. All men requesting a vasectomy should first be fully assessed and counselled to ascertain if the procedure is indeed the most appropriate intervention. This counselling and assessment should be in line with Faculty of Sexual and Reproductive Healthcare Clinical Guidance: Male and Female Sterilisation Recommendations and consideration should be given to the Sexual Health Needs Assessment Suffolk. This lot will be awarded to any provider who qualifies in line with the procurement documentation.
Providers are able to tender for either lot in isolation or both lots, by completing the documentation as outlined within the procurement documentation.
The services will be subject to a contract for 3 years with the potential to extend the contract for up to 2 years and each will be a cost and volume contract, more details are available within the procurement documents.
Contract review provision:
Please note that the services and associated specification and prices commissioned within this contract may be subject to review and change, any changes will be through a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015.
Additionally, the contract may also be amended in terms of the original services supplied, where, following assessment it is identified that it is logical for additional services to be delivered in conjunction with this contract and by the provider, both in terms of actual service delivery and to avoid duplication of costs.
These services may include but are not limited to other services and specialties formally delivered in the community and secondary care settings where it is foreseen that these services can be delivered more effectively as part of this contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This contract may be extended by up to 2 additional years (24 months).
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, this procurement is being run as a process akin to the open procedure, as outlined within the procurement documents. The contracting authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3.
II.2.1) Title
Vasectomy Service
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKH14
Main site or place of performance:
The service will be delivered in the community of the NHS Ipswich and East Suffolk Clinical Commissioning Group locality.
II.2.4) Description of the procurement
NHS Ipswich and East Suffolk Clinical Commissioning Group are looking to commission a Level 3 Minor Surgery Service (Lot 1) and Vasectomy service (Lot 2) across the Ipswich and East Suffolk (minus Waveney) locality.
Lot 1: The aim of the Level 3 Minor Surgery Service is to deliver high quality, clinically effective, safe, cost effective intermediate minor surgery in the community. The service will be delivered as a one stop shop approach with assessment and surgery occurring on the same day for most patients. This lot will be awarded to a single provider.
Lot 2: The CCG is looking to commission a community Vasectomy Service to undertake vasectomies under local anaesthetic. These services will be accessible to all males who are the responsibility of the CCG. All men requesting a vasectomy should first be fully assessed and counselled to ascertain if the procedure is indeed the most appropriate intervention. This counselling and assessment should be in line with Faculty of Sexual and Reproductive Healthcare Clinical Guidance: Male and Female Sterilisation Recommendations and consideration should be given to the Sexual Health Needs Assessment Suffolk. This lot will be awarded to any provider who qualifies in line with the procurement documentation.
Providers are able to tender for either lot in isolation or both lots, by completing the documentation as outlined within the procurement documentation.
The services will be subject to a contract for 3 years with the potential to extend the contract for up to 2 years and each will be a cost and volume contract; more details are available within the procurement documents.
Contract review provision:
Please note that the services and associated specification and prices commissioned within this contract may be subject to review and change, any changes will be through a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015.
Additionally, the contract may also be amended in terms of the original services supplied, where, following assessment it is identified that it is logical for additional services to be delivered in conjunction with this contract and by the provider, both in terms of actual service delivery and to avoid duplication of costs.
These services may include but are not limited to other services and specialties formally delivered in the community and secondary care settings where it is foreseen that these services can be delivered more effectively as part of this contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This contract may be extended by up to 2 additional years (24 months).
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, this procurement is being run as a process akin to the open procedure, as outlined within the procurement documents. The contracting authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3.