Tender

Adult Attention Deficit Hyperactivity Disorder (ADHD) Services NHS Shropshire, Telford & Wrekin CCG

  • NHS Midlands and Lancashire CSU on behalf of NHS Shropshire, Telford and Wrekin Clinical Commissioning Group
  • NHS Shropshire, Telford and Wrekin Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2021/S 000-023388

Procurement identifier (OCID): ocds-h6vhtk-02e2cf

Published 20 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Midlands and Lancashire CSU on behalf of NHS Shropshire, Telford and Wrekin Clinical Commissioning Group

Heron House, 120 Grove Road

Stoke on Trent

ST4 4LX

Contact

Hayley Smith

Email

h.smith27@nhs.net

Telephone

+44 782872500

Country

United Kingdom

NUTS code

UKG23 - Stoke-on-Trent

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

one.1) Name and addresses

NHS Shropshire, Telford and Wrekin Clinical Commissioning Group

Halesfield 6, Halesfield

Telford

TF7 4BF

Contact

Hayley Smith

Email

h.smith27@nhs.net

Country

United Kingdom

NUTS code

UKG21 - Telford and Wrekin

Internet address(es)

Main address

https://www.shropshiretelfordandwrekinccg.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://mlcsu.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mlcsu.bravosolution.co.uk

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

Adult Attention Deficit Hyperactivity Disorder (ADHD) Services NHS Shropshire, Telford & Wrekin CCG

Reference number

STW-21-06

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Shropshire, Telford and Wrekin Clinical Commissioning Group are seeking tenders for the provision of an Adult Attention Deficit Hyperactivity Disorder (ADHD) Service for patients within the Shropshire and Telford and Wrekin locality.

two.1.5) Estimated total value

Value excluding VAT: £5,567,296

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin
  • UKG22 - Shropshire CC
Main site or place of performance

County of Shropshire

two.2.4) Description of the procurement

NHS Shropshire, Telford and Wrekin Clinical Commissioning Group are seeking tenders for the provision of an Adult Attention Deficit Hyperactivity Disorder (ADHD) Service for patients within the Shropshire and Telford and Wrekin locality.

ADHD is a neurodevelopmental condition characterised by core symptoms and persistent patterns of inattention and/or hyperactivity and impulsiveness.

This service has been developed by experts by experience and their carers and focuses on what is important to patients in a service like this. The successful provider will need to continually work with service users to ensure the service meets their needs.

The aim of the service is to provide information, assess and use a range of interventions to support individuals who may have adult ADHD.

The service objectives are:-

• To ensure up-to-date robust information is available to individuals regarding the presentation of adult ADHD.

• To provide an assessment and relevant diagnosis where possible.

• To offer a range of options to support individuals after an assessment.

The service shall develop close working relationships including data sharing and joint pathways with the local mental health provider and autism services.

The CCG are looking to appoint a Service Provider or Consortium to deliver this Service for a period of 5 Years with the option to extend for up to a further 24 months. The Contract will commence on the 1st April 2022.

The total potential contract value excluding optional extensions is £3,726,640.00 . The total potential contract value including the optional 24-month extension is £5,567,296.00.

The Standard NHS Terms and Conditions shall apply to this contract.

Note: From April 2022 the CCG shall form part of the Integrated Care System (ICS) and no longer exist as a CCG. This Service shall be provided to the new ICS Organisation.

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: £5,567,296

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

NHS Shropshire, Telford and Wrekin CCG have included an optional 24 months extension following the initial 5 year contract period, which is available for use at the Commissioners discretion.

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

Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:

a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any

analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j) has been the subject of a conviction for fraud.

(k) has been the subject of a conviction for money laundering.

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


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

19 October 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

Midlands and Lancashire CSU are conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

The contract conditions will be set out in the Invitation to Tender. Further details will be made available via documentation and information released during the course of the tender process.

This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk

(i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of

the website is free of charge). If your organisation has registered previously, you do not need to reregister;

(ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated. For technical support in submitting your expression of interest contact the Bravo Solution Helpdesk on +448003684850 or E-mail: help@bravosolution.co.uk.

Light Touch Regime’ services: This procurement is for clinical services which are Light Touch Regime Services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the

regulations (‘Regulations’). Accordingly, the contracting authorities are only bound by those parts of the regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013 these Regulations also apply to this procurement.

six.4) Procedures for review

six.4.1) Review body

NHS Shropshire, Telford and Wrekin Clinical Commissioning Group

Halesfield 6, Halesfield

Telford

TF7 4BF

Email

francessutherland@nhs.net

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Shropshire, Telford and Wrekin Clinical Commissioning Group

Halesfield 6, Halesfield

Telford

TF7 4BF

Email

francessutherland@nhs.net

Country

United Kingdom