Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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
E-mail: gethin.barlow@wales.nhs.uk
NUTS: UK
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.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
POW-DAP2-62213-NEURODEVELOPMENT ASSESSMENTS
Reference number: POW-DAP2-62213
II.1.2) Main CPV code
85121270
II.1.3) Type of contract
Services
II.1.4) Short description
The PTHB children and young peoples (CYP) ND service has experienced an increase in referral demand for diagnostic assessment of ASD and ADHD since its inception in 2018, compounded by the COVID pandemic. The service is required to satisfy a Welsh Government (WG) ND diagnostic assessment 26-week referral to assessment (RTA) waiting time target, but Powys has insufficient workforce capacity to meet current demand. To address the RTA waiting list in part, externally delivered multi-disciplinary, bilingual assessments are being procured.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
95 400.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85121270
II.2.3) Place of performance
NUTS code:
UKL24
II.2.4) Description of the procurement
The Neurodevelopmental (ND) service in Powys provides an assessment and diagnosis service for children and young people with a potential neurodevelopmental disorder. The process within Powys has been considered in line with DSM-V, The National Institute for Health and Care Excellence (NICE) guidance and in adherence with Guidance on the Delivery of ND Services in Wales (Standards) (2018). It is informed by The Autism Code of Practice (2021).
The ND service objective is to provide a timely, high-quality child-centred neurodevelopmental assessment using a multi-disciplinary MDT approach to facilitate sound decision making in supporting diagnosis for autism spectrum disorder (ASD) and attention deficit hyperactivity disorder (ADHD). This process will be in line with national standards and measured accordingly.
There is a single point of referral (including self-referral) to the neurodevelopment service.
The service is hosted by PTHB but incorporates partnership working with PCC, the third sector and other relevant stakeholders.
The PTHB children and young peoples (CYP) ND service has experienced an increase in referral demand for diagnostic assessment of ASD and ADHD since its inception in 2018, compounded by the COVID pandemic. The service is required to satisfy a Welsh Government (WG) ND diagnostic assessment 26 week referral to assessment (RTA) waiting time target but Powys has insufficient workforce capacity to meet current demand. To address the RTA waiting list in part, externally delivered multi-disciplinary, bilingual assessments are being procured.
II.2.5) Award criteria
Quality criterion: Collaboration and Service Sustainability,
/ Weighting: 10
Quality criterion: Improving access and reducing health inequalities
/ Weighting: 10
Quality criterion: Quality
/ Weighting: 40
Quality criterion: Social Responsibility
/ Weighting: 15
Cost criterion: Value
/ Weighting: 25
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
Powys Teaching Health Board are utilising Direct Award Option 2 under the Health Services (Provider Selection Regime) (Wales) Regulations 2025
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
Contract No: POW-DAP2-62213
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
23/02/2026
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WADE THERAPY SERVICES LTD
Museum Place, 4th Floor, 14 Museum Place
Cardiff
CF103BH
UK
Telephone: +44 7961810580
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 95 400.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime Wales (PSR Wales) intention to award notice. The awarding of this contract is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015/Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the standstill period.
Representations by providers must be made to decision makers by 11:59pm Friday 6th March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales -The successful provider detailed within this notice was assessed against both Basic Selection Criteria & Key Criteria as outlined below.
Basic Selection Criteria
-Activity
-Financial standing
-Technical ability
Key Criteria
-Quality (40%)
-Value (25%)
-Collaboration and Service Sustainability (10%)
-Improving access and reducing health inequalities (10%)
-Social responsibility (15%)
-No conflicts of interest were declared or identified as part of the conflicts assessment process
(WA Ref:162072)
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
25/02/2026