Termination of Pregnancy Services in Bedfordshire, Luton and Milton Keynes

Award

Value

£6,539,640

Classifications

  • Health services

Tags

  • award

Submission Deadline

3 years ago

Published

2 years ago

Description

NHS BLMK Clinical Commissioning Group (CCG) invited suitably qualified service providers to submit tenders for the provision of Termination of Pregnancy Services in Bedfordshire, Luton and Milton Keynes.  Following a competitive procurement process the contract was awarded to British Pregnancy Advisory Service (BPAS).

The key objectives of the service are:
• To offer high quality, impartial support and advice to all service users who request a termination of pregnancy, regardless of age, ethnicity, language, disability, sexual orientation, religious or personal circumstances.
• To provide service users with access to a termination of pregnancy as early as possible.
• To provide termination of pregnancy methods clinically appropriate for a service user's gestation and clinical circumstances.
• To improve the sexual health of service users through providing sexual health screening and treatment as appropriate for Chlamydia, and sexually transmitted infections (STIs).
• To provide information and advice on all methods of contraception, and the supply of the full range of reversible contraceptive methods.

The service will provide the following for the population of BLMK:
• Offer face to face appointments for all young people aged 18 and under.
• Offer telemedicine and face to face appointments for Service Users as clinically appropriate.
• Advice for unwanted pregnancy and referral for termination of pregnancy.
• Pre-and post-termination support and advice and contraception planning and implementation posttermination.
• Active Health promotion/prevention campaigns on Sexual Health.
• Ensuring that contraception advice, support and provision is available as part of all termination of pregnancy service care pathways.
• Reducing unintended and unwanted conceptions and repeat terminations of pregnancy in all ages by improving access to long acting reversible contraception.
• To improve the sexual health of service users through proactively signposting to local sexual health services for screening and treatment as appropriate for Chlamydia, other sexually transmitted infections (STIs) and HIV.
• To improve the sexual health of service users through proactively offering sexual health screening and treatment as appropriate for Chlamydia and other sexually transmitted infections (STIs)
• To provide information and advice on all methods of contraception,(with particular emphasis on the promotion of LARC) and the offer of the full range of reversible contraceptive methods. Where the supply of contraception is not appropriate, the service user should be signposted to local contraceptive and sexual health services.

Additional information: The contract term is 33 months (01st July 2022 to 31st March 2025) with an option to extend for a further 24 months subject to performance and stakeholder agreement (Maximum 57 month contract).

The maximum contract value for the contract is £6,539,640.

The services to which this process relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) ("the Regulations"). As such, the CCG does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.

The contract opportunity was advertised in the Find Tender Service, Reference: 2022/S 000-000132.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open
Open

Dynamic Purchasing System for Complex Care Needs for Children and Young People

Warrington Borough Council is establishing a Dynamic Purchasing System (DPS) for the procurement of essential support services for Children, Young People (CYP), and Care Leavers. The DPS enables providers to apply at any time, ensuring flexibility in service provision. The aim is to improve well-being, independence, and life outcomes for vulnerable individuals through high-quality, cost-effective services. The DPS is divided into five lots, covering a broad range of social care, accommodation, therapeutic interventions, and outreach support. Lot 1: Outreach Support (Complex Needs) This service provides in-home and community-based support for CYP with learning disabilities (LD), neurodevelopmental disorders, physical disabilities, mental health needs, and complex medical conditions. It includes personal care, respite for families, and support to build independence. Providers must ensure a person-centred approach, promoting social inclusion and skill development. 24/7 availability, emergency and planned care, and CQC registration are required where applicable. Lot 2: Outreach Support (Standard Needs) This lot covers supervised contact, hospital or home supervision, and outreach support for CYP in need of additional supervision or safeguarding. The service assists families, provides supervision during hospital stays, and enables CYP to access their communities. The focus is on early intervention, safeguarding, and promoting family stability, with flexible support hours from 7am to 10pm, seven days a week. Lot 3: Supported Accommodation for Young People (16-17 Leaving Care) This provision supports care leavers transitioning to independent living. Accommodation must include individual living spaces with 24/7 on-site support, allowing young people to gain life skills in a safe environment. Support includes budgeting, employment readiness, emotional resilience, and community integration. Lot 4: Short to Medium-Term Accommodation (Post-18) Accommodation for care-experienced young adults and asylum-seeking young people who require housing while awaiting long-term solutions. Providers must deliver structured support for independent living, ensuring CYP are prepared for permanent accommodation. Support includes financial management, employment assistance, and safeguarding measures. Lot 5: Specialist Assessments & Therapeutic Services This lot includes psychological, psychiatric, social work, and therapeutic services for CYP and families. Assessments may be court-directed or required for social care planning. Therapeutic interventions include trauma-focused cognitive-behavioural therapy (TF-CBT), play therapy, and life story work. Providers must be professionally registered, qualified, and able to deliver high-quality assessments within specified timescales.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete