Section one: Contracting authority
one.1) Name and addresses
Hertfordshire Community NHS Trust
Unit 1A Howard Court, 14 Tewin Road
Welwyn Garden City
AL7 1BW
Contact
Jessica Jordan
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
East & North Hertfordshire NHS Trust
Lister Hospital, Coreys Mill Lane,
Stevenage, Herts,
SG1 4AB
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
https://www.enherts-tr.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
English
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
ENHT & HCT - Autism Spectrum Disorder (ASD) Assessments
Reference number
C249206
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire Community NHS Trust (HCT) and East and North Hertfordshire NHS Trust (ENHT) have a backlog of children who require an Autism diagnostic assessment.
The Trusts are working with the Hertfordshire and West Essex Integrated Care Board to outsource some of these children and young people (CYP) in an effort to reduce their waiting time for an assessment and to enable the implementation of a revised diagnostic pathway. As such, the Trusts are seeking proposals from appropriately qualified companies who can complete assessments for CYP over 5 years to assist with the backlog and provide ongoing assessments as required. The Trusts are seeking a value for money, high quality service that will be responsive to the needs of the client.
The opportunity is broken down into 4 lots; 2 for each Trust. Two lots require that the provider must have Consultant Paediatricians/Paediatricians as part of the team.
It is expected that the assessments will be a combination of face to face and virtual assessments (face to face only for 5- and 6-year-olds).
Robust contract management and good effective liaison with the Trust’s key contact will be required. The contract is anticipated to go live early June 2024 and it is expected that the contract term will be for one year with the option to extend for a further 1 + 1 years
The Trusts reserve the right to award a contract to more than one supplier to meet the capacity demands either at the tender stage or thereafter.
The Trusts will place orders with the most economically viable bidders and their ability to meet the capacity required within each lot.
No assurances can be given from either Trust to any provider that they will get any number of orders or guaranteed a minimum or maximum value of orders.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
The Supplier(s) will be required to carry out Autism diagnostic assessments on the cohort of children that is provided to them on behalf of the Trusts, at the scale required and within the timeframes of delivery. The Supplier(s) will be required to outline where the assessments will take place, whether these will these be face to face Autism diagnostic assessments or virtual. The Supplier(s) will be an expert provider of NICE compliant Autism Diagnostic assessments and will be familiar with all methods and diagnostic tools used. Part of the service will include providing feedback and a completed report to the parents and child/ young person, as well as a copy of the final report to the family GP and HCT or ENHT Community Paediatrics team for their records. The Supplier(s) will provide monthly updates in a format agreed by the Trusts, reporting on completed assessments, summarising the number of children diagnosed, those who have not attended their appointment and those whose assessment has resulted in a non-diagnosis. The Supplier(s) shall performance monitor their activities/ services to demonstrate that the Services are achieved and where not achieved the extent of any shortfall is identified, reported and acted upon. Detailed supporting information will be made available to the Trusts should it be required, and all reports must be provided in the manner prescribed and in accordance with GDPR legislation, to ensure that the Trusts are able to access data as and when required.
Upon contract engagement, each of the Trusts will undertake 5 Quality Assurance Assessments to assure standards of assessments and clinical reporting.
This opportunity is being published on the Atamis e-procurement portal, reference number C249206.
Link - https://health-family.force.com/s/Welcome
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 June 2024
End date
2 June 2025
This contract is subject to renewal
Yes
Description of renewals
Optional Extension of +1 +1 Years.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2024
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 March 2024
Local time
1:00pm
Place
Hertfordshire & West Essex ICS NHS Procurement, 2nd Floor Gate House, Fretherne Road, Welwyn Garden City, Herts AL8 6NS via Atamis eTendering Portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The opportunity is broken down into 4 lots; 2 for each Trust. Two lots require that the provider must have Consultant Paediatricians/Paediatricians as part of the team.
Lot 1a - HCT - CYP Aged 5-6 Years 364 Days - Face to Face
Lot 1b - HCT - CYP Aged 7+ to 17 Years 364 Days - Virtual or Face to Face
Lot 2a - ENHT - CYP Aged 5-6 Years 364 Days - Face to Face
Lot 2b - ENHT - CYP Aged 7+ to 17 Years 364 Days - Virtual or Face to Face
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom