Norfolk Community Health and Care: Children and Young People (11-17) Specialist Autism Assessment and Diagnosis Services in Suffolk (excluding Waveney).

  Norfolk Community Health and Care is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Children and Young People (11-17) Specialist Autism Assessment and Diagnosis Services in Suffolk (excluding Waveney).
Notice type: Contract Notice
Authority: Norfolk Community Health and Care
Nature of contract: Services
Procedure: Open
Short Description: Norfolk Community Health and Care NHS Trust, on behalf of the Norfolk and Suffolk NHS Foundation Trust (NSFT) is seeking a qualified and capable service partner to provide Specialist Autism Assessment and Diagnosis Services (for Children and Young People aged 11-17) in Suffolk (excluding Waveney). This service specification requires the providing organisation to undertake comprehensive evidence-based assessment for young people over the age of 11 years who present with symptoms that indicate possible presence of autism spectrum disorder under the clinical framework of the Autism spectrum disorder in under 19s: support and management Clinical guideline [CG170] Published: 28 August 2013 Last updated: 14 June 2021
Published: 13/05/2024 09:38
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Norwich: Health services.
Section I: Contracting Authority
      I.1) Name and addresses
             Norfolk and Suffolk NHS Foundation Trust
             Hellesdon Hospital, Drayton High Road, Norwich, NR6 5BE, United Kingdom
             Tel. +44 1603785866, Email: steven.worley@nchc.nhs.uk
             Main Address: www.nsft.nhs.uk, Address of the buyer profile: www.norfolkcommunityhealthandcare.nhs.uk
             NUTS Code: UKH1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./GP67FQN5WP
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./GP67FQN5WP to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Children and Young People (11-17) Specialist Autism Assessment and Diagnosis Services in Suffolk (excluding Waveney).       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      85100000 - Health services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Norfolk Community Health and Care NHS Trust, on behalf of the Norfolk and Suffolk NHS Foundation Trust (NSFT) is seeking a qualified and capable service partner to provide Specialist Autism Assessment and Diagnosis Services (for Children and Young People aged 11-17) in Suffolk (excluding Waveney).

This service specification requires the providing organisation to undertake comprehensive evidence-based assessment for young people over the age of 11 years who present with symptoms that indicate possible presence of autism spectrum disorder under the clinical framework of the Autism spectrum disorder in under 19s: support and management Clinical guideline [CG170] Published: 28 August 2013 Last updated: 14 June 2021       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: The aims of the service are to.
•To provide a comprehensive and seamless assessment and diagnostic service that meets the needs of children, young people who may have autistic spectrum disorder.
•To provide a multidisciplinary model of assessment that is adapted to the social, communication, intellectual, and sensory needs of the young people being assessed.
•To provide a post diagnostic feedback and report for the patient and their family/parent/carer and report for the referrer and GP to enable their ongoing needs. Copy of report to NSFT for patient record.
•To provide signposting to support services for CYP diagnosed with ASD and for those who did not have an ASD diagnosis but need other support services.
•A service that is adapted to the social, communication, intellectual, and sensory needs of people with ASDs.
•To identify unmet needs for young people who do and do not meet the criteria for a diagnosis and provide guidance on how these needs can be met providing feedback to the young person, their family and the referrer and GP.
•To provide good customer care to service users and their parent/carers.
•A service consistent with NICE and other DOH guidance
•CQC registered.
•Provide a diagnostic conversion rate in line with the national average.
•Provide a range of assessment methods to meet the needs of the diversity of the patient group
•Provide pre-assessment support and information to ensure realistic expectations
•To respond to any queries about the assessment from the young person, parent/carer, refer and or GP..

Outcomes
•To enable the improved psychological and mental wellbeing of Children and Young People with ASD and their parents and carers in Suffolk in the short-term, and to reduce use of health and mental health services in the long-term.
•To provide recommendations following assessment that helps empower people with autism to lead a fulfilling life living as independently as possible.
•To reduce the waiting time for Autism assessment in Suffolk for the 11–17-year age group and bring in-line with the national standard.
•To reduce health inequalities for children and young people in reducing the waiting times for autism assessment in Suffolk
•To provide a good service as rated by feedback from children, young people and their families one they would recommend in line with Friends and Family Test feedback.

Location of service delivered.
The location of the service will be Ipswich and Bury St Edmunds with the provision of suitable clinical space provided by the provider of the service. This will include space to store essential materials and equipment, 2 clinic rooms per site with the capacity for 2 service users and 2 clinicians per room.

Service delivery hours of operation
The service will operate at least Monday to Friday 9.00am to 5.00pm with weekend flexibility to meet user’s needs.

Standards and guidance
The service will comply with all relevant national standards and recommendations as detailed in.
•The Autism Act 2009
•National Strategy for autistic children, young people, and adults, 2021
•Autism spectrum disorder in under 19s: recognition, referral, and diagnosis Clinical guideline [CG128] Published: 28 September 2011 Last updated: 20 December 2017
•NICE guideline [NG197] Shared decision-making learning package, June 2021
•NHS England national framework to deliver improved outcomes in all-age autism assessment pathways: guidance for integrated care boards 2023
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/07/2024 / End: 01/10/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As per the details of the tender pack    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      As per the details listed in the tender pack.    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/06/2024 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Until: 01/07/2024
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/06/2024
         Time: 12:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./GP67FQN5WP

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GP67FQN5WP
   VI.4) Procedures for review
   VI.4.1) Review body:
             Norfolk Community Health and Care
       Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
       Tel. +44 1603785866
   VI.4.2) Body responsible for mediation procedures:
             Norfolk Community Health and Care
          Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
          Tel. +44 1603785866
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Norfolk Community Health and Care
       Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
       Tel. +44 1603785866
   VI.5) Date Of Dispatch Of This Notice: 13/05/2024

Annex A


View any Notice Addenda

View Award Notice