Section one: Contracting authority
one.1) Name and addresses
NHS Birmingham and Solihull Integrated Care Board
First Floor Wesleyan Colmore Circus Queensway
Birmingham
B4 6AR
Contact
Michael Barlow
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.birminghamsolihull.icb.nhs.uk/
Buyer's address
https://www.birminghamsolihull.icb.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Adult Autism Assessment Service
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands CSU, on behalf of NHS Birmingham and Solihull ICB is inviting suitably qualified and experienced providers to express interest in delivering an Adult Autism Assessment Service.
The key objectives of the Procurement are:
• To procure an effective and accessible NICE compliant autism assessment and diagnostic service for adults with suspected autism, delivered remotely by appropriately skilled health professionals.
• To secure a Provider able to take ownership and responsibility for the existing ICB referral waiting list for adult autism assessments, ensuring that assessments are completed for these patients.
• To secure a Provider able to triage and effectively manage the existing ICB waiting list and new autism assessment referrals received directly from primary care/GPs.
• To secure a Provider with sufficient capability and capacity to deliver timely remote diagnostic autism assessments to patients in line with NICE guidance.
two.1.5) Estimated total value
Value excluding VAT: £5,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
two.2.4) Description of the procurement
NHS Arden and Greater East Midlands CSU, on behalf of NHS Birmingham and Solihull ICB is inviting suitably qualified and experienced providers to express interest in delivering an Adult Autism Assessment Service.
The key objectives of the Procurement are:
• To procure an effective and accessible NICE compliant autism assessment and diagnostic service for adults with suspected autism, delivered remotely by appropriately skilled health professionals.
• To secure a Provider able to take ownership and responsibility for the existing ICB referral waiting list for adult autism assessments, ensuring that assessments are completed for these patients.
• To secure a Provider able to triage and effectively manage the existing ICB waiting list and new autism assessment referrals received directly from primary care/GPs.
• To secure a Provider with sufficient capability and capacity to deliver timely remote diagnostic autism assessments to patients in line with NICE guidance.
Providers are requested to submit their completed tender by 1200hrs on Monday, 6th February 2023.
The contract shall be for an initial period of three (3) years with an option to extend for a further two (2) years at the sole discretion of the commissioner.
The Procurement Process is described within the documentation published. This Procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
You can search for this opportunity by using reference C118181 "Adult Autism Assessment Services" and going to the following address: https://health-family.force.com/s/Welcome.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
6 February 2023
Local time
12:00pm
Changed to:
Date
13 February 2023
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 February 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders should note that the FTS notice infers a higher annual value than the proposed cost envelope in the tender documents of £4.2m,with a total contract value set at £5.2m. This is because the value on the FTS notice includes a nominal allowance of up to £1m for the clearance of any existing or future backlogs which may build up for which the Commissioner may, from time to time, request the successful bidder to provide extra capacity for. Bidders should note that the Commissioner is not bound, nor are they under any obligation to spend the £1m nominal allowance and that some or all of the nominal allowance will only be discharged to the successful provider in the event that such extra funds as will allow this become available to the Commissioner during the life of the contract. The Commissioner offers the successful bidder no guarantee or warranty that this shall be the case. The Commissioner, in the event that they are able to discharge some or all of the nominal allowance, expects that the successful bidder will either provide this extra capacity themselves or sub-contract it, having assured themselves that any such sub-contractor is able to meet the same standards to those described in their submitted tender documentation. Bidders should seek to provide relevant details of any intended sub-contractors where requested to do so within their tender submission.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom