Section one: Contracting authority
one.1) Name and addresses
NHS West Yorkshire Integrated Care Board
White Rose House, West Parade
Wakefield
WF1 1LT
Contact
Ben Pursey
wyicb-kirk.procurement@nhs.net
Country
United Kingdom
Region code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.westyorkshire.icb.nhs.uk/
Buyer's address
https://www.westyorkshire.icb.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
NHSWYICB - Neurodevelopmental Assessment Service
Reference number
C354190
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Neurodevelopmental Assessment (ASD and/or ADHD) and ADHD medication for Children, Young People and Adults in West Yorkshire
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
NHS West Yorkshire Integrated Care Board (NHS WY ICB) is committed to implementing the local service framework for mental health, learning disability and ASD. Its ambition is to develop a “local service framework” so there is “…more consistency in how our providers deliver their services throughout the assessment, diagnosis, and post-diagnosis support processes.”
Under the NHS Patient Choice Framework there is a duty on NHS WY ICB to support choice of provider options for people accessing mental health services, in the same way choice is supported for other planned care services . This includes services related to ASD and ADHD assessment, diagnosis, and where applicable, treatment.
There is a duty on NHS WY ICB to support choice of provider options for people accessing mental health services, in the same way we support choice for other planned care services . NHS WY ICB also has a duty to ensure services are safe, high quality, cost effective and efficient.
• Support choice for children, young people and adults (all-age).
• Improve outcomes for children, young people and adults (all-age).
• Children, young people and adults (all-age) are referred to services and providers where care is safe, high-quality, clinically appropriate and cost effective.
• Services and providers have been through the relevant due diligence and assurance mechanisms.
• Minimise waiting times for an assessment and/or ADHD treatment (where applicable).
Providers are required to deliver and outcomes they are required to achieve if they provide either for Children and Young People, Adults or both any of the following services:
1. Diagnostic assessments for ASD
2. Diagnostic assessments for ADHD and medication as a form of treatment for ADHD in line with West Yorkshire Area Prescribing Committee Amber (shared care) guidelines.
The providers will be accredited for:
Lot 1 - ASD Assessment 0-5
Lot 2 - ASD Assessment 6-17
Lot 3 - ASD Assessment 18+
Lot 4 - ADHD Assessment & Treatment 6-17
Lot 5 - ADHD Assessment & Treatment 18+
Lot 6 - ASD/ADHD Assessment Combined and ADHD Treatment 6-17
Lot 7 - ASD/ADHD Assessment Combined and ADHD Treatment 18+
For Lots 4-7, providers will be expected to either:
a) be able to prescribe/ intend to develop a prescribing offer OR
b) have written agreements in place in place with prescriber/sub-contract prescribing
by the long stop date of 6 months from contract commencement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 April 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 April 2026
four.2.7) Conditions for opening of tenders
Date
30 April 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
WYICB PSR Review Panel
White Rose House, West Parade
Wakefield
WF1 1LT
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS England Independent Patient Choice and Procurement Panel
London
London
SE1 8UG
Country
United Kingdom