Contract

Outsourcing of Adult Autism Diagnostic Assessments

  • NORTH EAST LONDON NHS FOUNDATION TRUST

F03: Contract award notice

Notice identifier: 2025/S 000-018775

Procurement identifier (OCID): ocds-h6vhtk-050c43 (view related notices)

Published 2 May 2025, 1:43pm



Section one: Contracting authority

one.1) Name and addresses

NORTH EAST LONDON NHS FOUNDATION TRUST

CEME Centre - West Wing, Marsh Way

Essex

RM138GQ

Email

Procurement@nelft.nhs.uk

Telephone

+44 300551201

Country

United Kingdom

Region code

UKI52 - Barking & Dagenham and Havering

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.nelft.nhs.uk/about-us/

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

Outsourcing of Adult Autism Diagnostic Assessments

two.1.2) Main CPV code

  • 85121270 - Psychiatrist or psychologist services

two.1.3) Type of contract

Services

two.1.4) Short description

The aim of this procurement is to outsource a minimum of 91 completed diagnostic assessments.

We expect a multi-disciplinary approach, using experienced qualified professionals using

standard tools such as ADOS-2, 3DI, and AAA The expectation is for the service provision to be delivered 3-5 days/week as a multidisciplinary approach.

The provider must ensure that they have a robust quality assurance and governance framework in place in line with NICE Guidelines for the provision of the MDT Autism Service .

Face-to-face assessments will take place in St Georges Health and Wellbeing Centre, in Havering. Trust policy must be adhered to.

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: £99,918

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

The aim of this procurement is to outsource a minimum of 91 completed diagnostic assessments. We expect a multi-disciplinary approach, using experienced qualified professionals using standard tools such as ADOS-2, 3DI, and AAA The expectation is for the service provision to be delivered 3-5 days/week as a multidisciplinary approach. The provider must ensure that they have a robust quality assurance and governance framework in place in line with NICE Guidelines for the provision of the MDT Autism Service .Face-to-face assessments will take place in St Georges Health and Wellbeing Centre, in Havering. Trust policy must be adhered to. This procurement is intending to award a contract an existing provider following direct award process C and will continue until the 91 assessments are complete.

two.2.5) Award criteria

Quality criterion - Name: Direct Award Process C / Weighting: 100

Cost criterion - Name: Price / Weighting: 0

two.2.11) Information about options

Options: No


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:

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 15 May 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'.

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

The procurement is covered by the Government Procurement Agreement: Yes


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

2 May 2025

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Carehome Selection Ltd

Hertfordshire

EN10 6NH

Country

United Kingdom

NUTS code
  • UKG11 - Herefordshire, County of
Companies House

04793945

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: £99,918

Total value of the contract/lot: £99,918


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 decision makers by 15 May 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.'

Representations - Can be made to Procurement@nelft.nhs.uk

There were no identified conflicts of interest.

Procurement used the 5 Key Criteria to Direct Award

six.4) Procedures for review

six.4.1) Review body

North East London NHS Foundation Trust

Rainham

RM12 4TY

Country

United Kingdom