Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Contact person: Gethin Barlow
Telephone: +44 2921501500
E-mail: gethin.barlow@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
BCU-CP-60263 Provision of Neurodevelopment Assessments for Children and Young People
Reference number: BCU-CP-60263
II.1.2) Main CPV code
85121270
II.1.3) Type of contract
Services
II.1.4) Short description
The scope of the tender is to undertake neurodevelopment diagnostic assessments including
ASD (Autism Spectrum Disorder), ADHD (Attention Deficit Hyperactivity Disorder) and dual assessments during the financial year 2025-26, to be completed by March 2026.
Service providers must be able to offer a high-quality diagnostic service using evidence based / validated assessment tools and meet minimum standards in line with NICE guidance for diagnosis.
The Service Provider(s) will provide their own administration support (to include, but not limited to, arranging appointments, producing and distributing with consent clinical letters and reports, completing case file records of sessions and dealing with queries from families).
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85121270
II.2.3) Place of performance
NUTS code:
UKL13
UKL12
UKL11
UKL23
II.2.4) Description of the procurement
The scope of the tender is to undertake neurodevelopment diagnostic assessments including
ASD (Autism Spectrum Disorder), ADHD (Attention Deficit Hyperactivity Disorder) and dual assessments during the financial year 2025-26, to be completed by March 2026. There may also be a requirement for specific components of an assessment be completed rather than a full assessment. Whilst the majority of the children and young people on the waiting list are up to 18 years of age there are a small number up to 21 years of age.
Service providers must be able to offer a high-quality diagnostic service using evidence based / validated assessment tools and meet minimum standards in line with NICE guidance for diagnosis.
The Service Provider(s) will provide their own administration support (to include, but not limited to, arranging appointments, producing and distributing with consent clinical letters and reports, completing case file records of sessions and dealing with queries from families).
The service is for the provision of neurodevelopmental assessments (or components of) for ASD, ADHD and ASD/ADHD combined including feedback on diagnosis and provision of summary of the needs for children & young People, including those with complex learning needs and through the medium of Welsh in-line with BCUHB Welsh Language (WALES) Measure 2011.
Our internal SPOA Teams (situated in our local Independent Health Communities) will identify which pathway the child or young person will follow. BCUHB reserves the right to award lots i.e. ASD, ADHD or Dual to multiple suppliers or an individual supplier being awarded one or multiple lots.
Service Providers will be required to adhere to BCUHB Was Not Brought policy and notify BCUHB of any children/YP who do not engage or DNA on a monthly basis via performance reporting and also bring to attention as they arise via local IHCs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Possible addition of 1x 12 month extension.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Outlined within the Tender Documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/10/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
08/10/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=155927
(WA Ref:155927)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
26/09/2025