Contract

Neurodevelopmental Disorder (ASD & ADHD) Assessments for CYP

  • Central and North West London NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2026/S 000-010667

Procurement identifier (OCID): ocds-h6vhtk-064963

Published 5 February 2026, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

Central and North West London NHS Foundation Trust

60 Gray's Inn Road

London

WC1X 8AQ

Contact

Emma Aldridge

Email

emma.aldridge1@nhs.net

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.cnwl.nhs.uk

Buyer's address

https://www.cnwl.nhs.uk

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

Neurodevelopmental Disorder (ASD & ADHD) Assessments for CYP

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a Communication of the decision notice, as required by The Provider Selection Regime 2023 guidance for calling off a contract from a framework agreement, with competition.
Using the SBS Framework Mental Health, Learning Disability and Autism (Provider Selection Regime) , a Mini-Competitive Process has been followed, for the Provision of Children & Young People Autism Spectrum Disorder Assessments - Waiting List Backlog Clearance for Central & North West London NHS Trust, Diggory Division in Milton Keynes. And, Children & Young People Autism Spectrum Disorder Assessments & Attention Deficit Hyperactivity Disorder Assessments - Waiting List Backlog Clearance for Central & North West London NHS Trust, Goodhall Division in NW London.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,372,750

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

SBS Framework Mental Health, Learning Disability and Autism (Provider Selection Regime) Mini-Competitive Process for the Provision of Children & Young People Autism Spectrum Disorder Assessments - Waiting List Backlog Clearance for Central & North West London NHS Trust, Diggory Division in Milton Keynes. And, Children & Young People Autism Spectrum Disorder Assessments & Attention Deficit Hyperactivity Disorder Assessments - Waiting List Backlog Clearance for Central & North West London NHS Trust, Goodhall Division in NW London.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The procurement aimed to identify a Provider or a number of Providers who will provide Children & Young People Autism Spectrum Disorder Assessments & Attention Deficit Hyperactivity Disorder Assessments, to the required quality, quantity, and in line with the required delivery timescales. The resulting contract(s) awarded will be short term agreement(s) to support clearance of waiting list backlogs.

The opportunity was open only to those suppliers awarded on Lot 1 - Assessment and Diagnosis, of the SBS Framework - Mental Health, Learning Disability and Autism.

This notice is an intention to award a contract based on a framework agreement under the competitive process.

The relevant authority intends to award contracts to the following suppliers, at the following approximate lifetime value of the contract. The period of the contracts is 5 months. These are new contract awards for existing services requirements.

ICS Operations Ltd £911,700.00
Seven Care Services £436,800.00
The Owl Centre £1,024,250.00


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

Accelerated procedure

Justification:

This is a PSR Framework call off mini-competitive process

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2099/S 000-999999


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2025

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ICS Operations T/A Xyla Elective Care

9 Appold Street

London

EC2A 2AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04793945

Internet address

http://icsassessments.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,372,750

Total value of the contract/lot: £911,700


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2025

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Seven Care Services Ltd

22 Warwick Row Coventry West Midlands

Coventry

CV1 1ET

Telephone

+44 3300581681

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

13119584

Internet address

www.sevencareservices.org

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,372,750

Total value of the contract/lot: £436,800


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2025

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Owl Centre Limited

The Owl Centre Sycamore Suite Caerleon House, Mamhilad Park Estate, Pontypool, Torfaen,

Fishguard

NP4 0HZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

07880303

Internet address

http://www.theowltherapycentre.co.uk

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,372,750

Total value of the contract/lot: £1,024,250


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Friday 2nd January 2026. Representations can only be made by providers party to the framework agreement. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to emma.aldridge1@nhs.net

The procurement was structured as a 2 stage mini-competitive process, whereby framework bidders awarded on Lot 1 of the SBS Framework Mental Health completed a Stage 1 Supplier Qualification Questionnaire, and were assessed to shortlist to participate in Stage 2 of the procurement process.
Stage 2 of the procurement process required submission of responses to more detailed, scored and weighted Technical, Commercial and Social Value questions, asked in line with the PSR Key Criteria questions.
The evaluation was weighted 100%, with 10% of the score awarded on Social Value, 50% of the score awarded on Quality and 40% awarded on Price.
Bid submissions were evaluated by a team of subject matter experts, including representation from operational, clinical, contracts and financial teams. The commercial response required suppliers to provide a price per type of service, per type of delivery (virtual/face to face), per lot (location) and per range of volume (low/medium/high). Each supplier was awarded a percentage commercial score for each scenario. Final scores were calculated by adding the technical/quality percentage score, to each percentage score per range of volume (low/medium/high), to give a total percentage score per supplier per range of volume. The Bidder(s) with the highest number of total scores per service type and lot and in consideration of the number of assessments the Bidder (s) has stated they can provide are to be awarded contracts.
All project stakeholders completed a Confirmation of Interest Declaration and there have been no conflicts declared.

six.4) Procedures for review

six.4.1) Review body

NHSE

Wellington House, 133-135 Waterloo Rd

London

SE1 8UG

Email

england.contactus@nhs.net

Country

United Kingdom

Internet address

https://www.england.nhs.uk