Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Midlands and Lancashire CSU on behalf of Staffordshire CCGs
Heron House, 120 Grove Road
Stoke-on-Trent
ST4 4LX
UK
Telephone: +44 1782872500
E-mail: Elizabeth.johnson1@nhs.net
NUTS: UKG24
Internet address(es)
Main address: https://mlcsu.bravosolution.co.uk
I.1) Name and addresses
Stafford and Surrounds Clinical Commissioning Group
First Floor, Number 2, Staffordshire Place
Stafford
ST16 2LP
UK
E-mail: elizabeth.johnson1@nhs.net
NUTS: UKG24
Internet address(es)
Main address: https://www.staffordsurroundsccg.nhs.uk/
I.1) Name and addresses
NHS Cannock Chase CCG
First Floor, Number 2, Staffordshire Place
Stafford
ST16 2LP
UK
E-mail: elizabeth.johnson1@nhs.net
NUTS: UKG24
Internet address(es)
Main address: https://www.cannockchaseccg.nhs.uk/
I.1) Name and addresses
NHS South East Staffordshire and Seisdon Peninsula CCG
Edwin House, Second Avenue
Burton-on-Trent
DE14 2WF
UK
E-mail: elizabeth.johnson1@nhs.net
NUTS: UKG24
Internet address(es)
Main address: https://sesandspccg.nhs.uk/
I.1) Name and addresses
NHS East Staffordshire Clinical Commissioning Group (CCG)
Edwin House, Second Avenue
Burton-on-Trent
DE14 2WF
UK
E-mail: elizabeth.johnson1@nhs.net
NUTS: UKG24
Internet address(es)
Main address: www.eaststaffsccg.nhs.uk
I.2) Joint procurement
The contract involves joint procurement
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
South Staffs Children and Young people's Autism Diagnosis and Intervention Service
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The commissioners wish to commission an assessment and diagnostic service for children and young people aged 0-19 suspected of having Autism spectrum condition (ASC), along with a range of interventions for children and young people aged 0-19 with a confirmed diagnosis of autism and young people aged 19-25 with an education and health care plan with a primary diagnosis of autism.
The CCGs invite bids from organisations who share our passion and commitment and who are dedicated to providing the very best choice, service and patient care standards.
The proposed service will provide an autism assessment and intervention service that integrates with health, education and social care.
II.1.5) Estimated total value
Value excluding VAT:
4 527 987.00
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:
UKG24
II.2.4) Description of the procurement
Cannock Chase; East Staffordshire; South East Staffordshire and Seisdon; and Stafford and Surrounds CCGs are looking to procure a children’s and young people’s autism service. The proposed service will provide an autism assessment and intervention service that integrates with health, education and social care. The service will provide a diagnostic pathway for children and young people, aged 0-19, suspected of having Autism spectrum condition (ASC) and a range of interventions to children and young people, aged 0-19 with a confirmed diagnosis of autism and a range of interventions for young people aged 19-25 who have an education healthcare plan with a primary diagnosis of autism.
The intended outcomes of this service include:
— to deliver a diagnosis to those who may present with ASC behavioural conditions and symptoms,
— to provide post diagnosis support and interventions for children and young people with ASC,
— to provide a community focused model that promotes support within the community for people with ASC,
— to provide support and education to parents and carers to enable them to manage the child or young person’s condition,
— provide clear pathways and signposting to other local services,
— provide an effective transitional pathway to assist young people (with ASC) transfer from children’s to adults services,
— ensure delivery of personalised care planning,
— focus on crisis contingency planning, working jointly with other relevant services where appropriate.
The provider premises will be delivered in various locations across South Staffordshire that are easily accessible to local communities from main transport links. Services should comply with You’re Welcome Standards. The provider premises and reception facilities shall be child/young person friendly.
The proposed service will look at providing sufficiently flexible appointments to ensure that the service users have sufficient access to the services available at times that suit them.
Commissioners wish to commission the service on a block basis with a maximum block contract value of 1 509 329 GBP per annum throughout contract duration inclusive of all costs and taxes.
Candidates wishing to participate must register should register on the portal at https://mlcsu.bravosolution.co.uk(registration and use of the website is free of charge) and access the tender documents. If your organisation has registered previously, you do not need to re-register. Some documents relating to this procurement are password protected and candidates wishing to access should please send a request through the Bravo messaging portal.
The contract duration will be for a period of 3 years with a possible extension of up to 2 years.
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:
4 527 987.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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 tenders or requests to participate
Date:
29/11/2019
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
29/11/2019
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Right to cancel: The contracting authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.
The contracting authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this contract notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these.
Transparency: the contracting authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.
In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the contracting authority.
Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the freedom of information act.
This tender will be operated via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.
Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.
Details will be made available via documentation and information released during the tender process.
This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk
Candidates wishing to participate must register should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to re-register.
For technical support contact the bravo Solution Help-desk on +44 8003684850 or E-mail: help@bravosolution
There is one ITT relevant to this procurement, namely ITT 634. Bidders Should ensure that they are able to access this project.
Light touch regime’ services: 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 procedure which the contracting authorities are following is set out in Annex 1 and Annex 7.
VI.4) Procedures for review
VI.4.1) Review body
South East Staffordshire and Seisdon CCG
Burton-upon-Trent
UK
VI.5) Date of dispatch of this notice
27/09/2019