Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Prime Provider of Maternity Services

  • First published: 29 November 2018
  • Last modified: 29 November 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS West Cheshire Clinical Commissioning Group
Authority ID:
AA70569
Publication date:
29 November 2018
Deadline date:
17 December 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply maternity services which includes; antenatal, intrapartum and post-natal pathways. Services must include an offer of choice to women as to their preferred method and place of birth; including within the home, in an obstetric unit or within a midwifery led unit. Services are inclusive of diagnostics and should include the provision of laboratory facilities, ultrasound scans and blood gas monitoring.

Services will promote the development of a continuity of carer model (named midwife) and seek to reduce obstetric unit births by 25 % during the life of the contract. Service developments must be co-designed with local women.

The prime provider model will seek to minimise barriers and improve flow within the health economy. It is expected that the Prime Provider will work collaboratively with other providers and develop sub-contracting arrangements, in order to promote choice of place and choice in delivery method.

It is essential for the Prime Provider to ensure facilities or clear pathways are in place to provide high dependency care, which can include adult critical care beds, maternal care beds, special care baby unit and neonatal unit. The prime provider must also facilitate clear rehabilitation pathways which includes direct access to physiotherapy and also mental health pathways without the need for primary care intervention. Where the prime provider cannot evidence provision of these facilities and services; a contract or a model alliance agreement must be in place and provisionally agreed with partners prior to qualifying to bid.

This procurement will follow the light touch regime for health services. As such will be conducted in two stages, expressions of interest with completion of a standard selection questionnaire and all those that then meet the minimum standards will then be invited to submit a tender.

The contract is for 3 years with an option to extend up to a further 2 years. Contract values reflected below are for the full 5 year possible term. There were 2505 births registered in 2017/18 from women registered within the West Cheshire population.

Full notice text

Prior information notice

This notice is a call for competition

Section I: Contracting authority

I.1) Name and addresses

NHS West Cheshire Clinical Commissioning Group

1829 Building, Countess of Chester Health Park, Liverpool Road

Chester

UK

E-mail: richard.burgess3@nhs.net

NUTS: UKD63

Internet address(es)

Main address: https://www.westcheshireccg.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.nhssourcing.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.nhssourcing.co.uk


Tenders or requests to participate must be sent 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

Prime Provider of Maternity Services

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Supply maternity services for the residents of West Cheshire, which includes; antenatal, intrapartum and postnatal pathways. Services must include an offer of choice to women as to their preferred method and place of birth; including within the home, in an obstetric unit or within a midwifery led unit.

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD63


Main site or place of performance:

Accessible for residents of West Cheshire

II.2.4) Description of the procurement

Supply maternity services which includes; antenatal, intrapartum and post-natal pathways. Services must include an offer of choice to women as to their preferred method and place of birth; including within the home, in an obstetric unit or within a midwifery led unit. Services are inclusive of diagnostics and should include the provision of laboratory facilities, ultrasound scans and blood gas monitoring.

Services will promote the development of a continuity of carer model (named midwife) and seek to reduce obstetric unit births by 25 % during the life of the contract. Service developments must be co-designed with local women.

The prime provider model will seek to minimise barriers and improve flow within the health economy. It is expected that the Prime Provider will work collaboratively with other providers and develop sub-contracting arrangements, in order to promote choice of place and choice in delivery method.

It is essential for the Prime Provider to ensure facilities or clear pathways are in place to provide high dependency care, which can include adult critical care beds, maternal care beds, special care baby unit and neonatal unit. The prime provider must also facilitate clear rehabilitation pathways which includes direct access to physiotherapy and also mental health pathways without the need for primary care intervention. Where the prime provider cannot evidence provision of these facilities and services; a contract or a model alliance agreement must be in place and provisionally agreed with partners prior to qualifying to bid.

This procurement will follow the light touch regime for health services. As such will be conducted in two stages, expressions of interest with completion of a standard selection questionnaire and all those that then meet the minimum standards will then be invited to submit a tender.

The contract is for 3 years with an option to extend up to a further 2 years. Contract values reflected below are for the full 5 year possible term. There were 2505 births registered in 2017/18 from women registered within the West Cheshire population.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

II.2.11) Information about options

Options: Yes

Description of options:

The contract is for 3 years with an option to extend for up to a further 2 years.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Minimum requirements are listed in the standard selection questionnaire and will include:

NHS Improvement Licence

CQC Registration

Mbrrace-uk registration

Midwife registration with the Nursing and Midwifery Council

Adherence to:

— the General Medical Council Professional Duty of Candour,

— the Professional standards of practice and behaviour for Nurses and Midwives,

— the NHS public health functions agreement 2018-19, and

— the Public Health Core Service Specification including the National Immunisation Programme.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of expressions of interest

Date: 17/12/2018

Local time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.5) Scheduled date for start of award procedures

01/04/2019

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

NHS West Cheshire CCG

Chester

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

This light touch regime process will adopt an optional 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to consider the debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

VI.5) Date of dispatch of this notice

26/11/2018

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
richard.burgess3@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.