Tender

BCU-CP-60263 Provision of Neurodevelopment Assessments for Children and Young People

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

F02: Contract notice

Notice identifier: 2025/S 000-060008

Procurement identifier (OCID): ocds-h6vhtk-05a2e1

Published 26 September 2025, 10:34am



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

Email

gethin.barlow@wales.nhs.uk

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