Section one: Contracting authority
one.1) Name and addresses
NHS Cheshire & Merseyside Integrated Care Board (ICB)
No 1 Lakeside, 920 Centre Park
Warrington
WA1 1QY
Country
United Kingdom
Region code
UKD - North West (England)
NHS Organisation Data Service
OYD
Internet address(es)
Main address
https://www.cheshireandmerseyside.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
NHS Cheshire & Merseyside ICB - Adult Autism Post-Diagnosis Support Service (AAPDSS) - Halton and Warrington Place
Reference number
WHISP266
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Cheshire & Merseyside Integrated Care Board (ICB) who are looking to undertake a Competitive Process for the provision of a Adult Autism Post-Diagnosis Support Service (AAPDSS) covering Halton and Warrington Places.
Where an adult is on the waiting list for an autism assessment and the autism assessment provider has been identified as needing support whilst waiting (and will struggle without support during the wait time) they may be referred to this service by the assessment provider.
The service will be accessed through referral only. Referrals will mainly be initiated by the adult autism assessment provider or via self-referral (or carer/family referring on behalf of individual as appropriate). Referrals can additionally be made by other service providers who work with adults with Autism Spectrum Conditions (ASC).
The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years.
Any bid must not exceed the maximum financial envelope of £60,000 per annum per place (Halton Place - £60,000 and Warrington Place - £60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise.
The total financial envelope is £120,000 per annum for both places (£600,000 for 3 years with an option to extend for 2 years), excl. VAT).
The ITT will be live on Friday 27th September 2024
on the Atamis Portal. The deadline for submission
will be Monday 28th October 2024 12:00pm mid day.
The Commissioner reserves the right to reject bids
that exceed the indicated budget per place.
To express interest and participate in the Competitive Process,
please register and apply via Atamis e-sourcing
portal https://health-family.force.com/s/Welcome
(https://health-family.force.com/s/Welcome).
Should Tenderers have any queries, or have
problems using the portal, they should contact the
Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'.
The questionnaires will be located within the
requirements. Further details will be made available
via documentation and information released during
the tender process. The ICB has set an affordability
threshold for each place. Bidders who submit a bid
over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension).
The competitive tendering process to which this ITT
relates to and further to which the Authority intends
to purchase the Services as set out in regulation 11
of the provider selection regime 2023 for the award
of a contract with a competition.
This ITT has been made available to all Bidders
who have expressed a potential interest in
delivering this service in line with the requirements
which fall under Regulation 11 for the award of a
contract with a competition, and Schedule 1 of the
Health Care Services (Provider Selection Regime)
Regulations 2023. As such, the competitive
tendering of these Services is being run as a
bespoke, single-stage tender process as described
in the documentation in this ITT, and in the Find a
Tender contract notice advertisement.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
- UKD7 - Merseyside
Main site or place of performance
Halton and Warrington Places
two.2.4) Description of the procurement
The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years.
Any bid must not exceed the maximum financial envelope of £60,000 per annum per place (Halton Place - £60,000 and Warrington Place - £60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise.
The total financial envelope is £120,000 per annum for both places (£600,000 for 3 years with an option to extend for 2 years), excl. VAT).
The ITT will be live on Friday 27th September 2024
on the Atamis Portal. The deadline for submission
will be Monday 28th October 2024 12:00pm mid day.
The Commissioner reserves the right to reject bids
that exceed the indicated budget per place.
To express interest and participate in the Competitive Process,
please register and apply via Atamis e-sourcing
portal https://health-family.force.com/s/Welcome
(https://health-family.force.com/s/Welcome).
Should Tenderers have any queries, or have
problems using the portal, they should contact the
Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'.
The questionnaires will be located within the
requirements. Further details will be made available
via documentation and information released during
the tender process. The ICB has set an affordability
threshold for each place. Bidders who submit a bid
over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension).
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: £600,000
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
It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend 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.2.14) Additional information
The competitive tendering process to which this ITT
relates to and further to which the Authority intends
to purchase the Services as set out in regulation 11
of the provider selection regime 2023 for the award
of a contract with a competition.
This ITT has been made available to all Bidders
who have expressed a potential interest in
delivering this service in line with the requirements
which fall under Regulation 11 for the award of a
contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime)
Regulations 2023. As such, the competitive
tendering of these Services is being run as a
bespoke, single-stage tender process as described
in the documentation in this ITT, and in the Find a
Tender contract notice advertisement.
The Authority reserves the right to make changes to
the process as it sees necessary whilst adhering to
those sections of the Provider Selection Regime
regulations which lay out the principles for the
competitive tendering process. The Authority will
ensure that Bidders are made aware, in reasonable
time, of any changes it makes to the process. All
changes will be communicated through the
Procurement portal messaging system, Atamis.
The Contracting Authority is not voluntarily following
any other part of the Regulations.
Right to Cancel: The Contracting Authority reserves
the right to discontinue the Competitive Process at
any time, which shall include the right not to award
a contract or contracts, and does not bind itself to
accept the lowest tender, or any tender received,
and reserves the right to award a contract in part, or
to call for new tenders should it consider this
necessary.
The Contracting Authority shall not be liable for any
costs or expenses incurred by any candidate or
tenderer in connection with the completion and
return of the information requested in this Contract
Notice, or in the completion or submission of any
tender, irrespective of the outcome of the
competition or if the competition is cancelled or
postponed.
All dates, time periods and values specified in this
notice are provisional and the Contracting Authority
reserves the right to change these.
Transparency: The Contracting Authority is subject
to the Freedom of Information Act 2000 (FOIA) and
the Environmental Information Regulations
2004(EIR) and may be required to disclose
information received in the course of this
procurement under FOIA or the EIR.
In addition, and in accordance with the UK
Government's policies on transparency, the
contracting authority intends to publish
documentation and the text of any resulting
contractual arrangements, subject to possible
redactions at the discretion of the Contracting
Authority.
Any redactions, whether in relation to information
requests under FOIA, the EIR or policies on
transparency will be in accordance with those
grounds prescribed under the Freedom of
Information Act. If and when this requirement is
offered to tender, this will be done via electronic
means using the internet. Midlands and Lancashire
CSU is 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.
Any other public-sector body detailed within this
notice, wishing to access the contract may do so
only with permission from the contracting NHS
body.
Further details will be made available via
documentation and information released during the
Competitive Process.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
28 October 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
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 October 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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.
You can access the procurement documents at https://health-family.force.com/s/Welcome
The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'.
In the tender documents, particularly Annex 1 Invitation to Tender, this includes instructions on how to submit bids (which must be by electronic means) and what information should be included in the bid.
Annex 4 Financial Model Handbook and Annex 7 Evaluation Model includes the contract award criteria (including the relative importance of the key criteria) and how the contract award criteria will be assessed, including the stages of the assessment.
six.4) Procedures for review
six.4.1) Review body
NHS Cheshire & Merseyside Integrated Care Board
Warrington
Country
United Kingdom