Section one: Contracting authority
one.1) Name and addresses
NHS North West London Integrated Care Board
15 Marylebone Rd,
London
NW1 5JD
Contact
NHS North West London Contracts Team
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.nwlondonics.nhs.uk
Buyer's address
https://www.nwlondonics.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
Provision of Autism Support Advice and Inclusion Service across North West London
Reference number
C152887
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North West London Integrated Care Board (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement for the Provision of Autism Support Advice and Inclusion Service across North West London.
The contract term is for a three (3) year period, with an optional extension period of two (2) years, starting 1st July 2023 with an estimated contract value of £450,000 per annum (total contract value of £2,250,000), inclusive of VAT. A mobilisation period of 1 month will be applied prior to the commencement of the start date.
This procurement process is subject to the so-called light touch regime as set out in regulations 74-76 of the Public Contracts Regulations 2015 (“PCR”) as the procurement concerns health services which are social & other specific services according to the PCR. This opportunity is likely to be of interest to an organisation from the voluntary, community & social enterprise (VCSE) sector.
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 85323000 - Community health services
- 75200000 - Provision of services to the community
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
NHS North West London Integrated Care Board (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement for the Provision of Autism Support Advice and Inclusion Service across North West London.
The contract term is for a three (3) year period, with an optional extension period of two (2) years, starting 1st July 2023 with an estimated contract value of £450,000 (total contract value of £2,250,000), inclusive of VAT. A mobilisation period of 1 month will be applied prior to the commencement of the start date.
This procurement process is subject to the so-called light touch regime as set out in regulations 74-76 of the Public Contracts Regulations 2015 (“PCR”) as the procurement concerns health services which are social & other specific services according to the PCR. This opportunity is likely to be of interest to an organisation from the voluntary, community & social enterprise (VCSE) sector.
NHS North West London currently delivers a peer-led support, advice and signposting service for autistic people aged 14 and over without a learning disability living in NW London. One of the key features of this service is that it is delivered by people with lived experience of autism and has been shaped, delivered, tested, and evaluated by the autistic people, and families who use it.
The service will provide direct face-to-face and virtual support to autistic adults delivered as 1:1 and group sessions and deliver group sessions to young people aged 14 to 17 years. It will also offer specialist training and advice to families, employers and health, social care, and education providers to improve autism awareness and acceptance within communities and the wider system.
Achieving a strong and effective model of co-production is integral to the success and impact of the service; in addition to ensuring that people with lived experience are employed at all levels of the organisation, key features of the service will be the co-development and delivery of training and peer-led support and advice in addition to facilitating sessions to support autistic people to share their views and experience to co-design other specialist and mainstream services and pathways.
Rather than prescribing the service, the intention is to commission a model which offers a menu of services and methods of delivery, including face-to-face and digital services, which can be flexed at pace to respond to changing demand and the needs and aspirations of the autistic people and the families who use the service.
During 2023/24, the successful Provider will support the NW London Integrated Care System (ICS) to map similar provision for children and young people (CYP) to identify gaps and determine the demand for a NW London voluntary sector offer for our younger population and their families.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60.00%
Quality criterion - Name: Social Value / Weighting: 10.00%
Cost criterion - Name: Price / Weighting: 30.00%
two.2.6) Estimated value
Value excluding VAT: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further two (2) twelve (12) month 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 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
17 April 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
Tender must be valid until: 17 October 2023
four.2.7) Conditions for opening of tenders
Date
27 March 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
The Strand
London
WC2A 2LL
Country
United Kingdom