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
Country
United Kingdom
Region code
UKI31 - Camden and City of London
Internet address(es)
Main address
Buyer's 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
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
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
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
Country
United Kingdom