Section one: Contracting authority
one.1) Name and addresses
East and North Hertfordshire NHS Trust
Lister Hospital, Coreys Mill Lane
Stevenage
SG1 4AB
Contact
Alexander Trollope
Country
United Kingdom
NUTS code
UKH - East of England
Internet address(es)
Main address
https://www.enherts-tr.nhs.uk/
one.1) Name and addresses
Hertfordshire Community NHS Trust
Unit 1A, Howard Court, 14 Tewin Road
Welwyn Garden City
AL7 1BW
Contact
Alex Trollope
Country
United Kingdom
NUTS code
UKH - East of England
Internet address(es)
Main address
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://nhs.bravosolution.co.uk/nhs_collaborative/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhs.bravosolution.co.uk/nhs_collaborative/web/login.html
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
ENHT, HCT - Diagnostic Assessment for Autism Spectrum Disorders
Reference number
T/03-21/1034
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The East and North Hertfordshire NHS Trust (“ENHT") and the Hertfordshire Community NHS Trust ("HCT") (together "the Authorities") have a backlog of children on their clinic lists who require an Autism Diagnostic Assessment.
The Authorities are working with the Herts Wide CCG to outsource most of these patients in an effort to reduce the waiting times for an assessment and to enable the implementation of a new diagnostic process. As such, the Authorities are seeking proposals from appropriately qualified companies who can take on the outstanding assessments to assist with clearing the backlog.
The Authorities are seeking a value for money, high quality service that will be responsive to the needs of the client. Robust contract management and good effective liaison with the Authorities' key contacts will be required.
Contracts are anticipated to go live in July 2021 and will run until the backlog of assessments is completed. It is expected that the contract term will be less than a year.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
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 will be required to carry out Autism Diagnostic Assessments on the cohort of children that is provided to them on behalf of the Authorities, at the scale required and within the timeframes of delivery.
The Supplier 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 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, as well as a copy of the final report to the ENHT and HCT Community Paediatrics teams for their records.
The Supplier will provide monthly updates in a format agreed by the Authorities, 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 shall performance monitor its 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 Authorities should it be required, and all reports must be provided in the manner prescribed and in accordance with GDPR legislation, to ensure that the Authorities are able to access data as and when required.
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
Date
19 July 2021
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 July 2021
Local time
12:01pm
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
High Court of Justice
London
Country
United Kingdom