Tender

Children and Young People (11-17) Specialist Autism Assessment and Diagnosis Services in Suffolk (excluding Waveney).

  • Norfolk and Suffolk NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-015096

Procurement identifier (OCID): ocds-h6vhtk-0458ff

Published 13 May 2024, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Norfolk and Suffolk NHS Foundation Trust

Hellesdon Hospital, Drayton High Road

Norwich

NR6 5BE

Email

steven.worley@nchc.nhs.uk

Telephone

+44 1603785866

Country

United Kingdom

Region code

UKH1 - East Anglia

Internet address(es)

Main address

www.nsft.nhs.uk

Buyer's address

www.norfolkcommunityhealthandcare.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./GP67FQN5WP

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./GP67FQN5WP

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

Children and Young People (11-17) Specialist Autism Assessment and Diagnosis Services in Suffolk (excluding Waveney).

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Norfolk Community Health and Care NHS Trust, on behalf of the Norfolk and Suffolk NHS Foundation Trust (NSFT) is seeking a qualified and capable service partner to provide Specialist Autism Assessment and Diagnosis Services (for Children and Young People aged 11-17) in Suffolk (excluding Waveney).

This service specification requires the providing organisation to undertake comprehensive evidence-based assessment for young people over the age of 11 years who present with symptoms that indicate possible presence of autism spectrum disorder under the clinical framework of the Autism spectrum disorder in under 19s: support and management Clinical guideline [CG170] Published: 28 August 2013 Last updated: 14 June 2021

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

East Anglia

two.2.4) Description of the procurement

The aims of the service are to.

•To provide a comprehensive and seamless assessment and diagnostic service that meets the needs of children, young people who may have autistic spectrum disorder.

•To provide a multidisciplinary model of assessment that is adapted to the social, communication, intellectual, and sensory needs of the young people being assessed.

•To provide a post diagnostic feedback and report for the patient and their family/parent/carer and report for the referrer and GP to enable their ongoing needs. Copy of report to NSFT for patient record.

•To provide signposting to support services for CYP diagnosed with ASD and for those who did not have an ASD diagnosis but need other support services.

•A service that is adapted to the social, communication, intellectual, and sensory needs of people with ASDs.

•To identify unmet needs for young people who do and do not meet the criteria for a diagnosis and provide guidance on how these needs can be met providing feedback to the young person, their family and the referrer and GP.

•To provide good customer care to service users and their parent/carers.

•A service consistent with NICE and other DOH guidance

•CQC registered.

•Provide a diagnostic conversion rate in line with the national average.

•Provide a range of assessment methods to meet the needs of the diversity of the patient group

•Provide pre-assessment support and information to ensure realistic expectations

•To respond to any queries about the assessment from the young person, parent/carer, refer and or GP..

Outcomes

•To enable the improved psychological and mental wellbeing of Children and Young People with ASD and their parents and carers in Suffolk in the short-term, and to reduce use of health and mental health services in the long-term.

•To provide recommendations following assessment that helps empower people with autism to lead a fulfilling life living as independently as possible.

•To reduce the waiting time for Autism assessment in Suffolk for the 11–17-year age group and bring in-line with the national standard.

•To reduce health inequalities for children and young people in reducing the waiting times for autism assessment in Suffolk

•To provide a good service as rated by feedback from children, young people and their families one they would recommend in line with Friends and Family Test feedback.

Location of service delivered.

The location of the service will be Ipswich and Bury St Edmunds with the provision of suitable clinical space provided by the provider of the service. This will include space to store essential materials and equipment, 2 clinic rooms per site with the capacity for 2 service users and 2 clinicians per room.

Service delivery hours of operation

The service will operate at least Monday to Friday 9.00am to 5.00pm with weekend flexibility to meet user’s needs.

Standards and guidance

The service will comply with all relevant national standards and recommendations as detailed in.

•The Autism Act 2009

•National Strategy for autistic children, young people, and adults, 2021

•Autism spectrum disorder in under 19s: recognition, referral, and diagnosis Clinical guideline [CG128] Published: 28 September 2011 Last updated: 20 December 2017

•NICE guideline [NG197] Shared decision-making learning package, June 2021

•NHS England national framework to deliver improved outcomes in all-age autism assessment pathways: guidance for integrated care boards 2023

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2024

End date

1 October 2024

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the details of the tender pack

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per the details listed in the tender pack.


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

12 June 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

Tender must be valid until: 1 July 2024

four.2.7) Conditions for opening of tenders

Date

12 June 2024

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./GP67FQN5WP

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/GP67FQN5WP

GO Reference: GO-2024513-PRO-26024299

six.4) Procedures for review

six.4.1) Review body

Norfolk Community Health and Care

Bowthorpe Road

Norwich

NR2 3TU

Telephone

+44 1603785866

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Norfolk Community Health and Care

Bowthorpe Road

Norwich

NR2 3TU

Telephone

+44 1603785866

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Norfolk Community Health and Care

Bowthorpe Road

Norwich

NR2 3TU

Telephone

+44 1603785866

Country

United Kingdom