Section one: Contracting authority
one.1) Name and addresses
NHS Commercial Solutions
The Atrium. Curtis Road.
Dorking
RH4 1XA
Telephone
+44 1306646816
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
https://commercialsolutions.bravosolution.co.uk
one.1) Name and addresses
East Sussex Hospital
Eastbourne District General Hospital Kings Drive,
Eastbourne
BN21 2UD
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
https://commercialsolutions.bravosolution.co.uk
one.1) Name and addresses
Queen Victoria Hospital
Holtye Rd,
East Grinstead
RH19 3DZ
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
https://commercialsolutions.bravosolution.co.uk/
one.1) Name and addresses
University Hospital Sussex
University Hospitals Sussex NHS Foundation Trust, Worthing Hospital, Lyndhurst Road, Worthing, West Sussex,
Worthing
BN11 2DH
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
https://commercialsolutions.bravosolution.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://commercialsolutions.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://commercialsolutions.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Kent Community Health Foundation Trust Children Autism Diagnostic Assessment Service Procurement
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
KCHFT and SCFT, are looking for a provider to support the Diagnostic pathway and reduce the waiting times in both Kent and West Sussex and Brighton & Hove. They currently have 2,473 in Kent and 1,556 children in SCFT services in West Sussex and Brighton & Hove sitting on the ASD diagnostic pathway with a waiting time of 3.5 years in north and west Kent and East Sussex.
The contract will be for a three year period with the option to extend for a further 2, one year periods.
two.1.5) Estimated total value
Value excluding VAT: £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
- UKJ - South East (England)
Main site or place of performance
UHSussex, ESHT and QVH
two.2.4) Description of the procurement
TKCHFT and SCFT, are looking for a provider to support the Diagnostic pathway and reduce the waiting times in both Kent and West Sussex and Brighton & Hove. They currently have 2,473 in Kent and 1,556 children in SCFT services in West Sussex and Brighton & Hove sitting on the ASD diagnostic pathway with a waiting time of 3.5 years in north and west Kent and East Sussex.
The contract will be for a three year period with the option to extend for a further 2, one year periods.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
3 year contract with option to extend for up to a further 2 years in single year periods.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-022530
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 January 2023
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 February 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom