Contract

Adult ADHD Assessment and Treatment Services

  • Central and North West London NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2025/S 000-014331

Procurement identifier (OCID): ocds-h6vhtk-04db40 (view related notices)

Published 10 April 2025, 2:42pm



Section one: Contracting authority

one.1) Name and addresses

Central and North West London NHS Foundation Trust

350 Euston Road

London

NW1 5JD

Contact

Nichola Lane

Email

nichola.lane2@nhs.net

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.cnwl.nhs.uk/

Buyer's address

https://www.cnwl.nhs.uk/about/contact

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

Adult ADHD Assessment and Treatment Services

Reference number

C334051

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

To provide Adult ADHD Assessment and Treatment services to patients across North West
London to those patients on the waiting list

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: £3,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

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

two.2.4) Description of the procurement

This contract has been awarded under the Competitive Process via the Provider Selection Regime (PSR). This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and Procurement Regulations 2024 do not apply to this award

The awarded supplier will assess, diagnose and treat adult patients on the waiting list in NWL area, for ADHD via medication or CBT methods as per the patients preference via virtual and face to face appointments.
The contract will run for 18 months from April 2025 - October 2026.

This is a new, short term service awarded specifically to work with patients on an existing waiting list for ADHD testing within North West London and has been awarded to a new provider.
The lifetime value of the contract will be no more than £3,500,000.00 as this is the total budget set.

two.2.5) Award criteria

Quality criterion - Name: Key Criteria 1 / Weighting: 20

Quality criterion - Name: Key Criteria 3 / Weighting: 10

Quality criterion - Name: Key Criteria 4 / Weighting: 10

Quality criterion - Name: Key Criteria 5 / Weighting: 10

Quality criterion - Name: Supplier Presentation / Weighting: 10

Cost criterion - Name: Key Criteria 2 / Weighting: 40

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 contract award criteria are specified within the procurement documents in Document 5A and 5C with a clear break down to show how the weightings are assigned to each of the 5 criterion.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

a PIN notice under PSR 2023 was issued to run a Competitive Process PSR Regulations 2023 for this opportunity.

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: 2025/S 000-003552


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

10 April 2025

five.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from tenderers from other EU Member States: 0

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

five.2.3) Name and address of the contractor

ICS OPERATIONS LIMITED

9 Appold Street

London

EC2A 2AP

Email

mh-support@xylaservices.com

Telephone

+44 2077132756

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

12549860

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: £2,999,999

Total value of the contract/lot: £2,999,999


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. Which will be awarded on the 24 April 2025 following the standstill period, should no representations be made.

The publication of this notice marks the start of the standstill period.
Representations by providers must be made to the relevant authority by 23 April 2025.
Written representations can be sent to Nichola.lane2@nhs.net.

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.’

The same three decision makers (Internal Governance Group) were present for both the moderation and the supplier presentations and there were no conflicts of interest within the evaluation panel identified.

The weighting within this procurement were split into the following:
60% Quality = 40% Key Criteria 1,3,4, 10% Social Value Key Criteria 5, 10% Supplier Presentations
40% Cost = Key Criteria 2.

The Contracting Authority used all 5 Key Criteria to award this contract as required when following PSR 2023 regulations. The supplier to be awarded the contract scored the highest score overall when assessing their bid against each of the 5 Key Criteria, Presentation and the Basic Selection Criteria and resulted in the Most Advantageous Tender (MAT).

six.4) Procedures for review

six.4.1) Review body

Central London Community Healthcare NHS Trust

Ground Floor, 15 Marylebone Road

London

NW1 5JD

Country

United Kingdom

Internet address

https://www.clch.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any representations must be received no later than midnight on the 23 April 2025.