Tender

Essex All-Age Autism Outreach Service

  • NHS Mid and South Essex Integrated Care Board
  • NHS Herts and West Essex Integrated Care Board
  • NHS Suffolk and North East Essex Integrated Care Board
  • Essex County Council
  • Southend-On-Sea City Council
Show 1 more buyer Show fewer buyers
  • Thurrock Council

F02: Contract notice

Notice identifier: 2023/S 000-035357

Procurement identifier (OCID): ocds-h6vhtk-03ea62

Published 30 November 2023, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

NHS Mid and South Essex Integrated Care Board

Unit 10 Phoenix Court, Christopher Martin Road

Basildon

SS14 3HG

Email

Rod.Skinner@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.midandsouthessex.ics.nhs.uk/

Buyer's address

https://attain.bravosolution.co.uk/

one.1) Name and addresses

NHS Herts and West Essex Integrated Care Board

Charter House Parkway Welwyn Garden City

Hertfordshire

AL8 6JL

Email

amy.wilson@attain.co.uk

Country

United Kingdom

Region code

UKH35 - West Essex

Internet address(es)

Main address

https://hertsandwestessex.icb.nhs.uk/

one.1) Name and addresses

NHS Suffolk and North East Essex Integrated Care Board

Aspen House Stephenson Road Severalls Business Park

Colchester

CO4 9QR

Email

amy.wilson@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://suffolkandnortheastessex.icb.nhs.uk/

Buyer's address

https://attain.bravosolution.co.uk

one.1) Name and addresses

Essex County Council

19 Market Rd

Chelmsford

CM1 1GG

Email

amy.wilson@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

one.1) Name and addresses

Southend-On-Sea City Council

8th Floor, Civic Centre, Victoria Ave

Southend-on-Sea

SS2 6ER

Email

amy.wilson@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.southend.gov.uk/

one.1) Name and addresses

Thurrock Council

Civic Offices, New Road

Grays

RM17 6SL

Email

amy.wilson@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.thurrock.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://attain.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://attain.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

Essex All-Age Autism Outreach Service

Reference number

ACE-0689-2023-MSE

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authorty invites responses from suitably qualified and experienced providers to deliver an All Age Autism Outreach Service (the Service) providing specialist autism support to autistic individuals of all ages, across the Transforming Care Partnership (TCP) footprint of Southend, Essex and Thurrock (SET), from 1st May 2024 to 30th April 2028, with an option to extend for a further two years until 30th April 2030.

The potential aggregate value of the contract over the term may be up to £8,153,500 including the and potential (but in no way guaranteed) extension period and any modifications over the life of the contract.

The four-year contract value and actual budget is £4,769,000 (excluding the extension period), which will act as an affordability envelope for the purposes of bidding. Any bids received in excess of such affordability envelope will be rejected as non-compliant.

two.1.5) Estimated total value

Value excluding VAT: £8,153,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85140000 - Miscellaneous health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Southend, Essex and Thurrock.

two.2.4) Description of the procurement

The Authority invites responses from suitably qualified and experienced providers to deliver an All Age Autism Outreach Service (the Service) providing specialist autism support to autistic individuals of all ages, across the Transforming Care Partnership (TCP) footprint of Southend, Essex and Thurrock (SET), from 1st May 2024 to 30th April 2028, with an option to extend for a further two years until 30th April 2030.

Hereafter all references to the Authority incorporates: NHS Mid and South Essex Integrated Care Board (ICB), NHS Suffolk and North East Essex ICB, NHS Hertfordshire and West Essex ICB, Essex County Council, Southend-on-Sea City Council and Thurrock Council.

The Service will aim to achieve the ambitions of Building the Right Support and the NHS Long Term Plan by reducing the number of avoidable admissions of autistic people to tier 4 and inpatient services and improving the quality of life and care of autistic people in both inpatient services and the community. It will consist of a ‘core offer’ for Children, Young People and Adults as well as crisis offer for Children and Young People.

The service will be expected to work with individuals, across a variety of settings, as well as supporting their families and offering consultation to other professionals/services to support the understanding of the individual’s needs ‘through an autism lens’. The service will also be expected to offer hands on, practical support to implement its recommendations, with a more intensive offer of this support for children and young people forming a ‘crisis offer’. Engagement with individuals and their families tell us the importance of support being ‘for autistic people, by autistic people’, and there will be an expectation that that lived experience is held at the centre of the service’s offer and values, employing individuals with lived experience to enhance the support offered.

Areas of support will include:

-Sensory processing

-Identity (neurodiversity, gender, sexuality etc)

-Psychological interventions, adapted to make more accessible for autistic people.

-Practical support with things like executive functioning, communication, and skill development

-Emotionally based school avoidance

-An understanding of and ability to provide consultation around eating disorders and Avoidant Restrictive Food Intake Disorder (ARFID).

The potential aggregate value of the contract over the term may be up to £8,153,500 including the and potential but not guaranteed extension period and any modifications over the life of the contract. The four-year contract value and budget is £4,769,000 (excluding the extension period), which will act as an affordability envelope for the purposes of bidding. Any bids received in excess of such affordability envelope will be rejected as non-compliant.

Further information can be found at section VI.3 and within the Procurement documents.

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: £8,153,500

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Authority is providing for a potential extension of up to 24 months, but this is in no way guaranteed, and activation of such extension will be at the sole discretion of the Authority based on fundamental principles, particularly additional funding having been secured, as well as the performance of the provider and results of any service evaluations undertaken.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority is providing for a potential extension of up to 24 months, but this is in no way guaranteed, and activation of such extension will be at the sole discretion of the Authority based on fundamental principles, particularly additional funding having been secured, as well as the performance of the provider and results of any service evaluations undertaken.

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

In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-021612

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 January 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 January 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Authority is looking to appoint a single Preferred Bidder to manage all aspects of the Service. As such, a Lotting Strategy is deemed inappropriate as it risks creation of unnecessary fragmentation and complexity. Accordingly, the service will be offered as a single contract awarded to a single Preferred Bidder (either as a lead provider in its own right, as a such as a Special Purpose Vehicle (SPV) or consortium of providers, or in association with sub-contractors). Bidders will be required to confirm their Bidding Model including the legal form it takes. The Authority reserves the right to require members of any bidding group to assume a specific legal form if awarded the contract, if considered necessary for the satisfactory performance of the contract.

The Services within this procurement fall within Section 7 of the Public Contract Regulations 2015 (the "Regulations"). Neither the inclusion of the Bidder at Qualification Stage nor the use of the terms Open Procedure, Selection Questionnaire, or Invitation to Tender nor any other indication shall be taken to mean that the Authority intends to hold themselves bound by any of the Regulations save those applicable to Public Contracts for social and other specific services listed in Schedule 3 of the Regulations (the "Light Touch" Regime).

The Authority may wish to expand the Service during the lifetime of the contract ("Contract modification(s)"). To this end, providers should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation(s) to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020), in the potential circumstances and or situations as communicated in detail in the ITT Process Overview.

The Contract to be entered into by the Authority and the Preferred Bidder for the procurement will be based on the NHS Standard Contract 23/24.

Disclaimer: The Authority shall not be responsible for any costs or expenses incurred by respondents to this procurement in preparing and/or submitting such responses.

To access the procurement documentation, please go to the Attain eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk

Click on 'Register here' and follow the on-screen instructions. You can access the ITT: 'itt_131 – Essex All Age Autism Outreach Service' by clicking on the link called 'View current opportunities' on the Home Page. Please note that the tender will not be accepted by any means other than through the Attain e-Procurement Portal.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice of England and Wales

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Mid and South Essex Integrated Care Board

Unit 10 Phoenix Court, Christopher Martin Road

Basildon

SS14 3HG

Country

United Kingdom