Prior information notice
This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
NHS Midlands and Lancashire CSU on behalf of NHS Telford and Wrekin Clinical Commissioning Group and NHS Shropshire Clinical Commissioning Group
Heron House, 120 Grove Road
Stoke-on-Trent
ST4 4LX
UK
Contact person: Hayley Smith
Telephone: +44 1216121500
E-mail: h.smith27@nhs.net
NUTS: UKG23
Internet address(es)
Main address: https://mlcsu.bravosolution.co.uk
I.1) Name and addresses
NHS Telford and Wrekin Clinical Commissioning Group
Halesfield 6, Halesfield
Telford
TF7 4BF
UK
Contact person: Hayley Smith
E-mail: h.smith27@nhs.net
NUTS: UKG21
Internet address(es)
Main address: https://www.telfordccg.nhs.uk/
I.1) Name and addresses
NHS Shropshire Clinical Commissioning Group
William Farr House, Mytton Oak Road
Shrewsbury
SY3 8XL
UK
Contact person: Hayley Smith
E-mail: h.smith27@nhs.net
NUTS: UKG22
Internet address(es)
Main address: https://www.shropshireccg.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://mlcsu.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://mlcsu.bravosolution.co.uk/web/login.html
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
ADHD Services — NHS Telford and Wrekin CCG and NHS Shropshire CCG
Reference number: STW-19-03
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
It should be noted that this is a prior information notice with the future call for competition and its purpose is to make the market aware of the CCG's commissioning intentions and understand the interest and capability of the market.
NHS Midlands and Lancashire Commissioning Support Unit are seeking interest on behalf of NHS Telford and Wrekin Clinical Commissioning Group and NHS Shropshire Clinical Commissioning Group (CCG's) for the provision of ADHD Services.
The CCGs are looking to commissioning an ADHD Service to support individuals who require diagnosis and or post diagnosis support. This service is a bespoke specialist service not part of a mental health contract.
II.1.5) Estimated total value
Value excluding VAT:
1 988 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85100000
II.2.3) Place of performance
NUTS code:
UKG21
UKG22
Main site or place of performance:
County of Shropshire
II.2.4) Description of the procurement
It should be noted that this is a prior information notice with the future call for competition and its purpose is to make the market aware of the CCG's Commissioning Intentions and understand the interest and capability of the market.
NHS Telford and Wrekin CCG and NHS Shropshire CCG (CCG’s) are looking to commission a service to support individuals who require ADHD diagnosis and or post diagnosis support. This service is a bespoke specialist service not part of a mental health contract. This requires the service to ensure good liaison with local mental health and autism services.
Working with the national prevalence data the CCG's would expect 7 000 adults across the STP area to have ADHD with up to 60 % requiring some specialist support at some time during their lives. Local data indicates that nearly 400 people in Telford and Wrekin alone have been referred to the local service over the past 4 years.
Aim:
To provide a specialist assessment and diagnostic service to adults with a suspected ADHD and those with a confirmed diagnosis residing in Shropshire, Telford and Wrekin.
Service objectives:
— to enable adults with suspected ADHD who do not have a diagnosed learning disability to obtain a timely diagnosis of their condition,
— to provide a local, weekly clinic, for the review and ongoing treatment of complex and non-complex patients, to include prescribing and monitoring,
— to signpost people with ADHD to other agencies and sources of support as appropriate,
— to provide guidance on self-help strategies and recommendations for patients in support of self-care,
— to signpost patients with an unconfirmed diagnosis to appropriate services and support networks.
The adult Specialist ADHD Service shall provide a local assessment and diagnosis service to support people with suspected ADHD and those with a diagnosis of ADHD to include prescribing.
The service shall aim to complete an assessment within 18 weeks of receiving a referral for an individual.
The provider shall be required to undertake Shared Care in relation to prescribing medication with the patient’s GP, where the GPs have signed up to the Shared Care Agreement.
Longer term support for patients with a diagnosis shall be accessed by providers of adult mental health and community care including social care.
The contract is anticipated to be for 5 years with a possible extension of 2 further years. Contract value is estimated to be 284 000 GBP per annum and will have a 5 % cap and collar.
Activity will be paid on an activity basis as follows:
— new diagnosis 585,00 GBP,
— F/U Titration 142,50 GBP,
— new patient but with diagnosis 292,50 GBP,
— 5 minute script 25,00 GBP.
Any future contract shall be bound by the NHS Standard Terms and Conditions.
Ideallly providers should have CQC good or above rating, if not improvement plans must be in place. Providers must be willing to work with other local services.
Bidders that wish to express interest should complete the questionnaire included within Bravo, the questionnaire is to establish the suitability and capability to provide such a service. Should interest be received by more than one capable bidder, which will be assessed on a pass/fail basis, those bidders will be invited into the future tender process should the commissioner proceed with the procurement.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
Optional extension of upto 24 months available.
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:
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings undernational laws and regulations;
Administration by the court or of an arrangement with creditors or of any other similar proceedings undernational laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2 (1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
05/09/2019
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
It should be noted that this is a Prior Information Notice with the future call for competition and its purpose is to make the market aware of the CCG's Commissioning Intentions and understand the interest and capability of the market.
Participating organisations are responsible for their own costs.
To register your interest please complete the questionnaire online through the Midlands and Lancashire Bravo e-tendering portal: https://mlcsu.bravosolution.co.uk/web/login.shtml
This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (‘Regulations’). Accordingly, the contracting authorities are only bound by those parts of the regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the regulations.
The CCG is a relevant body for the purpose of the National Health Service (procurement, patient choice and competition) (No 2) Regulations 2013.
VI.4) Procedures for review
VI.4.1) Review body
NHS Telford and Wrekin Clinical Commissioning Group
Halesfield 6, Halesfield
Telford
TF7 4BF
UK
E-mail: francessutherland@nhs.net
VI.5) Date of dispatch of this notice
06/08/2019