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.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
This notice is an intention to award a contract under the competitive process.
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 have undergone a compliant tender process to award an appropriately qualified company who can complete assessments for CYP over 5 years to assist with the backlog and provide ongoing assessments as required. The Trusts have sought 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 summer of 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.
Throughout the process it was stated 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 and that the Trusts would place orders with the most economically viable bidder(s) and their ability to meet the capacity required within each lot.
No assurances were 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This notice is an intention to award a contract under the competitive process.
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 Trusts, 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/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 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 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 is an existing service and provider.
The service duration is not set and will depend upon the number of CYP cases needing assessment.
Approximate lifetime value of the contract: £0-£750,000
two.2.5) Award criteria
Price
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
two.2.14) Additional information
The contract award criteria are specified 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: 2024/S 000-005998
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 June 2024
five.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 23
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
The Owl Centre Limited
16 Main Street, Fishguard, Pembrokeshire
Fishguard
SA65 9HJ
charlotteforsyth@theowltherapycentre.co.uk
Telephone
+44 1242571883
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
07880303
Internet address
https://theowltherapycentre.co.uk/
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £500,000
Total value of the contract/lot: £500,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 23:59pm Wednesday 26th June 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Written representations should be sent via the Message Centre on the Atamis Portal.
Award Decision-makers: 5 key Trust stakeholders
Conflicts of interest identified among the Trust stakeholders: 0.
As there were not conflicts all members evaluated the bids received.
The supplier provided the most economically advantageous solution.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom