Section one: Contracting authority
one.1) Name and addresses
The NHS Commissioning Board operating as NHS England - Specialised Commissioning
80 London Road
London
SE1 6LH
Contact
Josselin Canevet
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.england.nhs.uk/commissioning/spec-services/
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/68205
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/login.asp?B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/login.asp?B=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
Provision of Inherited White Matter Disorders Diagnostic and Management Service (IWMD) (All Ages) Re-opened from previous EU Supply Reference 45233
Reference number
New Reference Number: 46264
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded.
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required and described in document 1, and within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
two.1.5) Estimated total value
Value excluding VAT: £1,911,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
two.2.4) Description of the procurement
Lot 1: Adult care - one provider for the NHS England populations in the following Regions:
a. The North West;
b. The North East and Yorkshire;
c. The Midlands; and
d. The north part of the East of England Region including Cambridge
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded. Previous bidders are invited to confirm the non-financial responses they have already submitted or amend these if they so wish. They are asked to respond to the new financial questions.
New bidders are required to submit responses to all of the questions.
The provider selection process is described within the documentation published. This Provider Selection Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
The key objective of the provider selection is to commission the Service(s) to serve the population of England. It is expected that expert care for rare Inherited White Matter Disorders (IWMDs) will already be being provided by the organisations which apply to this process and applicants will be able to demonstrate this. For this reason, applying organisations must be existing tertiary neurosciences units.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £358,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Commissioners have the option to extend the contract for a further 2 years.
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
two.2) Description
two.2.1) Title
Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UKJ - South East (England)
- UKI - London
- UKH - East of England
two.2.4) Description of the procurement
Adult care: one provider for the NHS England populations in the following Regions:
a. London;
b. The South East;
c. The South West; and
d. The southern part of the East of England Region including Essex
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded. Previous bidders are invited to confirm the non-financial responses they have already submitted or amend these if they so wish. They are asked to respond to the new financial questions.
New bidders are required to submit responses to all of the questions.
The provider selection process is described within the documentation published. This Provider Selection Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
The key objective of the provider selection is to commission the Service(s) to serve the population of England. It is expected that expert care for rare Inherited White Matter Disorders (IWMDs) will already be being provided by the organisations which apply to this process and applicants will be able to demonstrate this. For this reason, applying organisations must be existing tertiary neurosciences units.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £392,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Commissioners have the option to extend the contract for a further 2 years.
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
two.2) Description
two.2.1) Title
Lot 3
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
two.2.4) Description of the procurement
Paediatric care: one provider for the NHS England populations in the following Regions:
a. The North West; and
b. The North East and Yorkshire
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded. Previous bidders are invited to confirm the non-financial responses they have already submitted or amend these if they so wish. They are asked to respond to the new financial questions.
New bidders are required to submit responses to all of the questions.
The provider selection process is described within the documentation published. This Provider Selection Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
The key objective of the provider selection is to commission the Service(s) to serve the population of England. It is expected that expert care for rare Inherited White Matter Disorders (IWMDs) will already be being provided by the organisations which apply to this process and applicants will be able to demonstrate this. For this reason, applying organisations must be existing tertiary neurosciences units.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £358,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Commissioners have the option to extend the contract for a further 2 years.
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
two.2) Description
two.2.1) Title
Lot 4
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKG - West Midlands (England)
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Paediatric care: one provider for the NHS England populations in the following Regions:
a. The Midlands; and
b. The north part of the East of England Region including Cambridge
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded. Previous bidders are invited to confirm the non-financial responses they have already submitted or amend these if they so wish. They are asked to respond to the new financial questions.
New bidders are required to submit responses to all of the questions.
The provider selection process is described within the documentation published. This Provider Selection Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
The key objective of the provider selection is to commission the Service(s) to serve the population of England. It is expected that expert care for rare Inherited White Matter Disorders (IWMDs) will already be being provided by the organisations which apply to this process and applicants will be able to demonstrate this. For this reason, applying organisations must be existing tertiary neurosciences units.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £358,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Commissioners have the option to extend the contract for a further 2 years.
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
two.2) Description
two.2.1) Title
Lot 5
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UKJ - South East (England)
- UKI - London
- UKH - East of England
two.2.4) Description of the procurement
Paediatric care: one provider for the NHS England populations in the following Regions:
a. London;
b. The South West;
c. The South East; and
d. The southern part of the East of England area including Essex
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded. Previous bidders are invited to confirm the non-financial responses they have already submitted or amend these if they so wish. They are asked to respond to the new financial questions.
New bidders are required to submit responses to all of the questions.
The provider selection process is described within the documentation published. This Provider Selection Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
The key objective of the provider selection is to commission the Service(s) to serve the population of England. It is expected that expert care for rare Inherited White Matter Disorders (IWMDs) will already be being provided by the organisations which apply to this process and applicants will be able to demonstrate this. For this reason, applying organisations must be existing tertiary neurosciences units.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £392,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Commissioners have the option to extend the contract for a further 2 years.
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
two.2) Description
two.2.1) Title
Lot 6
Lot No
6
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
One provider to host the IWMD Clinical Registry.
Note: The award of Lot 6 can only be made to a provider that is successful in one or more of Lots 1 to 5.
NHS England Specialised Commissioning - Highly Specialised Commissioning Team (referred to as the Commissioner(s)) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required within the published Provider Selection Process. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the provider selection process.
This is a reopened ITT process, (the previous EU Supply project reference was 45233) to which some bidders have already responded. Commissioners have adjusted the financial model in the reopened process and provided greater clarity on how service activity will be funded. Previous bidders are invited to confirm the non-financial responses they have already submitted or amend these if they so wish. They are asked to respond to the new financial questions.
New bidders are required to submit responses to all of the questions.
The provider selection process is described within the documentation published. This Provider Selection Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
The key objective of the provider selection is to commission the Service(s) to serve the population of England. It is expected that expert care for rare Inherited White Matter Disorders (IWMDs) will already be being provided by the organisations which apply to this process and applicants will be able to demonstrate this. For this reason, applying organisations must be existing tertiary neurosciences units.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £53,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Commissioners have the option to extend the contract for a further 2 years.
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
All professional and/or trade registrations is specified within the tender documentation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview
Minimum level(s) of standards possibly required
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview
three.1.3) Technical and professional ability
List and brief description of selection criteria
All technical capacity and its evaluation criteria are specified within the tender documentation.
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 November 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 November 2021
Local time
12:00pm
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
High Court
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court
London
Country
United Kingdom