Tender

NHS Cheshire & Merseyside ICB - Adult Autism Post-Diagnosis Support Service (AAPDSS) - Halton and Warrington Place

  • NHS Cheshire & Merseyside Integrated Care Board (ICB)

F02: Contract notice

Notice identifier: 2024/S 000-031048

Procurement identifier (OCID): ocds-h6vhtk-04a3ca

Published 27 September 2024, 4:10pm



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

Email

MLCSU.tendersnorth@nhs.net

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