Tender

POW-OJEU-58070 - Neurodevelopment Diagnostic Assessments for Children and Young People

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2024/S 000-041214

Procurement identifier (OCID): ocds-h6vhtk-04ca32

Published 20 December 2024, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Alder House, Alder Court

St Asaph

LL17 0JL

Contact

Gregg Roberts

Email

gregg.roberts@wales.nhs.uk

Telephone

+44 1978291161

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

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://etenderwales.bravosolution.co.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

POW-OJEU-58070 - Neurodevelopment Diagnostic Assessments for Children and Young People

Reference number

POW-OJEU-58070

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The PTHB children and young peoples (CYP) ND service has experienced an increase in referral demand for diagnostic assessment of ASD and ADHD since its inception in 2018, compounded by the COVID pandemic. The service is required to satisfy a Welsh Government (WG) ND diagnostic assessment 26 week referral to assessment (RTA) waiting time target but Powys has insufficient workforce capacity to meet current demand. To address the RTA waiting list in part, externally delivered multi-disciplinary, bilingual assessments are being procured.

two.1.5) Estimated total value

Value excluding VAT: £160,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85110000 - Hospital and related services
  • 85140000 - Miscellaneous health services
  • 85148000 - Medical analysis services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys

two.2.4) Description of the procurement

The PTHB children and young peoples (CYP) ND service has experienced an increase in referral demand for diagnostic assessment of ASD and ADHD since its inception in 2018, compounded by the COVID pandemic. The service is required to satisfy a Welsh Government (WG) ND diagnostic assessment 26 week referral to assessment (RTA) waiting time target but Powys has insufficient workforce capacity to meet current demand. To address the RTA waiting list in part, externally delivered multi-disciplinary, bilingual assessments are being procured.

The scope of this quote is to include the provision of CYP ND diagnostic assessments on behalf of PTHB.

We are seeking quotations against the following requirements:-

a) To undertake up to 56 (this number may increase) multidisciplinary diagnostic assessments of CYP over the age of 5/6 years with suspected ASD and/or ADHD, in accordance with National Institute for Health & Care Excellence (NICE) Guidelines CG128 – Autism spectrum disorder in under 19s: recognition, referral and diagnosis, and NG87 – Attention deficit hyperactivity disorder: diagnosis and management, and the Together for Children and Young People all Wales ND Diagnostic Assessment Pathway (2018) and respective 8 standards.

NB The assessments must be available in English or Welsh.

b) Each assessment must comprise: -

- An overview of core autism and ADHD symptoms and signs that have been present since early childhood including the pervasiveness and impact of these on the individual.

- Early developmental history.

- Details of any behavioural problems and impact.

- Assessment of functioning at home, in education.

- History of any physical and mental health conditions.

- Previous diagnosis or signs of other neurodevelopmental conditions.

Direct observation of core autism and/or ADHD signs and symptoms. This must include at least one face-to-face meeting with the client.

c) Within each assessment, the possibility of differential diagnoses and co-existing disorders or conditions must be evaluated and outlined within the report, including:-

- Other neurodevelopmental conditions

- Mental Health disorders

- Neurological disorders

- Physical disorders

- Language disorder

d) As part of the assessment process the successful contractor must adhere to the following communication standards:-

- Consent for any information sharing requirements is obtained from the client.

- The client receives an ND friendly appointment notification, which clearly explains what to expect from the assessment process at least 2 weeks in advance of appointment

- The client is verbally informed (in person or online) of the outcome of the assessment and the reasons for the decision on the diagnosis within 7 days of the completion of assessment

- A comprehensive report is provided to the client (in Welsh if requested), GP and Powys ND service within 14 days of completion of assessments, the report must contain:

i. Summary of diagnostic information gathered

ii. The client’s personal/educational history and background.

iii. Clear diagnostic conclusion and clinical formulation

iv. Profile of individual’s needs, strengths and difficulties

v. Recommendations for future support

e) Information resources specified by the PTHB ND service will be provided to those individuals who receive a diagnosis and their family / carers.

f) The contractor will resource and take responsibility for:-

- Scheduling appointments.

- Producing clinical letters and reports to standards outlined by PTHB ND service.

- Completing case file records of sessions and securely sharing those with PTHB

- Appropriately responding to queries from individuals/families in respect of the diagnostic assessment

- Arranging and funding appropriate premises in which to undertake assessments

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

Duration in months

3

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

20 January 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=146937

(WA Ref:146937)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom