Tender

BHFT 0402 CYP Autism & ADHD Online Assessment & ADHD Treatment (Medication) Services

  • Berkshire Healthcare NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-026656

Procurement identifier (OCID): ocds-h6vhtk-03fb49

Published 8 September 2023, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

Berkshire Healthcare NHS Foundation Trust

London House, London Road

Bracknell

RG12 2UT

Email

Mike.Pollard@berkshire.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.berkshirehealthcare.nhs.uk/

one.3) Communication

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

https://www.nhssourcing.co.uk/bhft/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.nhssourcing.co.uk/bhft/web/login.shtml

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

BHFT 0402 CYP Autism & ADHD Online Assessment & ADHD Treatment (Medication) Services

Reference number

BHFT 0402

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Supply of a comprehensive and flexible online service provision for Autism Assessment and ADHD assessment and treatment. If Supplier capability exists, the framework agreement will provide for a combined autism and ADHD assessment (with ADHD medication provided as needed following ADHD diagnosis) as an option for each LOT. The ranked framework will be used by Berkshire Healthcare Foundation Trust.

Information on the anticipated Framework Agreement Value: The declared split of value between the two LOTS is for Year 1. After Year 1 the split of value between the LOTS may be varied to accommodate changes in demand for sub-contracted Autism Assessment (LOT 1) and ADHD assessment and treatment (LOT 2).

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

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

Autism Assessment

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Autism Assessment (including an option for Joint autism and ADHD assessment and ADHD medication initiation and titration (and review if specifically agreed))

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: £200,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

See SSQ documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 x 12 month Framework Agreement Term extension

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 value shown for this LOT is for Year 1 only. After Year 1 the split of value between the LOTS may be varied to accommodate changes in demand for sub-contracted Autism Assessment (LOT 1) and ADHD assessment and treatment (LOT 2).

two.2) Description

two.2.1) Title

ADHD assessment and medication initiation/titration/review

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ADHD assessment and medication initiation/titration/review (including an option for Joint autism and ADHD assessment and ADHD medication initiation and titration (and review if specifically agreed)

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: £300,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

See SSQ documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 x 12 month Framework Agreement Term extension

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 value shown for this LOT is for Year 1 only. After Year 1 the split of value between the LOTS may be varied to accommodate changes in demand for sub-contracted Autism Assessment (LOT 1) and ADHD assessment and treatment (LOT 2).


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

TO DOWNLOAD A Standard Selection Questionnaire (SSQ) Register your company on the eSourcing portal (this is only required once): - browse to the ESourcing Portal:

https://www.nhssourcing.co.uk/bhft/web/login.shtml

and click the link to register, - accept the terms and conditions and click ‘continue’, - enter your correct business and user details, - note the username you chose and click ‘save’- when complete, - you will shortly receive an email with your unique password (please keep secure). Login to the portal with the username/password: - click the ‘PQQ/ITTs open to all suppliers’ link (these are Pre-Qualification Questionnaires or tenders open to any registered suppliers), - click on the relevant PQQ/ITT to access the content, - click the ‘Express Interest’ button in the ‘Actions’ box on the left-hand side of the page. This will move the PQQ into your My PQQ/My ITTs page (this is a secure area reserved for your projects only), - you can now access any of the attachments by clicking the ‘Settings and Buyer Attachment’ in the ‘Actions’ box.

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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

9 October 2023

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 November 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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

The High Court of England and Wales

The Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom