Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Gethin Barlow
Telephone
+44 2921501500
Country
United Kingdom
NUTS code
UKL - Wales
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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/web/login.shtml
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/web/login.shtml
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
BCU-CP-60263 Provision of Neurodevelopment Assessments for Children and Young People
Reference number
BCU-CP-60263
two.1.2) Main CPV code
- 85121270 - Psychiatrist or psychologist services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of the tender is to undertake neurodevelopment diagnostic assessments including
ASD (Autism Spectrum Disorder), ADHD (Attention Deficit Hyperactivity Disorder) and dual assessments during the financial year 2025-26, to be completed by March 2026.
Service providers must be able to offer a high-quality diagnostic service using evidence based / validated assessment tools and meet minimum standards in line with NICE guidance for diagnosis.
The Service Provider(s) will provide their own administration support (to include, but not limited to, arranging appointments, producing and distributing with consent clinical letters and reports, completing case file records of sessions and dealing with queries from families).
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85121270 - Psychiatrist or psychologist services
two.2.3) Place of performance
NUTS codes
- UKL13 - Conwy and Denbighshire
- UKL12 - Gwynedd
- UKL11 - Isle of Anglesey
- UKL23 - Flintshire and Wrexham
two.2.4) Description of the procurement
The scope of the tender is to undertake neurodevelopment diagnostic assessments including
ASD (Autism Spectrum Disorder), ADHD (Attention Deficit Hyperactivity Disorder) and dual assessments during the financial year 2025-26, to be completed by March 2026. There may also be a requirement for specific components of an assessment be completed rather than a full assessment. Whilst the majority of the children and young people on the waiting list are up to 18 years of age there are a small number up to 21 years of age.
Service providers must be able to offer a high-quality diagnostic service using evidence based / validated assessment tools and meet minimum standards in line with NICE guidance for diagnosis.
The Service Provider(s) will provide their own administration support (to include, but not limited to, arranging appointments, producing and distributing with consent clinical letters and reports, completing case file records of sessions and dealing with queries from families).
The service is for the provision of neurodevelopmental assessments (or components of) for ASD, ADHD and ASD/ADHD combined including feedback on diagnosis and provision of summary of the needs for children & young People, including those with complex learning needs and through the medium of Welsh in-line with BCUHB Welsh Language (WALES) Measure 2011.
Our internal SPOA Teams (situated in our local Independent Health Communities) will identify which pathway the child or young person will follow. BCUHB reserves the right to award lots i.e. ASD, ADHD or Dual to multiple suppliers or an individual supplier being awarded one or multiple lots.
Service Providers will be required to adhere to BCUHB Was Not Brought policy and notify BCUHB of any children/YP who do not engage or DNA on a monthly basis via performance reporting and also bring to attention as they arise via local IHCs.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Possible addition of 1x 12 month extension.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Outlined within the Tender 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
8 October 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.7) Conditions for opening of tenders
Date
8 October 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=155927
(WA Ref:155927)
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