← Back to opportunities

SPECIALIST ORTHODONTIC SERVICES

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

Buyer Contact Info

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

Buyer Address: 4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw, Cardiff, UK, CF15 7QZ, United Kingdom

Contact Email: hollie.taylor2@wales.nhs.uk

Contact Telephone: +44 2921501500

Status
complete
Procedure
limited
Value
1.0 GBP
Published
13 May 2025, 14:22
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
85131100 - Orthodontic services
Region
n/a
Awarded To
Q DENTAL CARE LIMITED
Official Source
Open Find a Tender

Description

The proposed service will provide NHS Specialist Orthodontics Services for under 18’s in a Primary Care setting within Cwm Taf Morgannwg University Health Board. The contract will deliver 7,824 units of orthodontic activity per annum. Direct Award Process 2 has been considered the most appropriate procurement process for the purposes of this requirement as the term of an existing contract is due to expire, and the commissioner has proposed a new contract to replace that existing contract at the end of its term; the proposed contracting arrangements are not a considerable change; and the commissioner is of the view that the existing provider is satisfying the existing contract and will likely be able to satisfy the proposed contract to a sufficient standard. Information regarding the estimated lifetime value of the contract and the existing contract has not been published and is withheld under regulation 23(1) due to commercial sensitivity The dates between which the services are intended to be provided: 1st June 2025 to 30th May 2028

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The proposed service will provide NHS Specialist Orthodontics Services for under 18’s in a Primary Care setting within Cwm Taf Morgannwg University Health Board. The contract will deliver 7,824 units of orthodontic activity per annum. Direct Award Process 2 has been considered the most appropriate procurement process for the purposes of this requirement as the term of an existing contract is due to expire, and the commissioner has proposed a new contract to replace that existing contract at the end of its term; the proposed contracting arrangements are not a considerable change; and the commissioner is of the view that the existing provider is satisfying the existing contract and will likely be able to satisfy the proposed contract to a sufficient standard. Information regarding the estimated lifetime value of the contract and the existing contract has not been published and is withheld under regulation 23(1) due to commercial sensitivity The dates between which the services are intended to be provided: 1st June 2025 to 30th May 2028 This is a Provider Selection Regime Wales (PSR Wales) intention to award notice. The awarding of this contract is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015/Procurement Act 2023 do not apply to this award. Award decision-makers – CTMUHB Dental and Optometry Service Manager & CTMUHB Directorate Manager This provider has been selected for award of the contract for the service as they satisfactorily meet the basic selection criteria and the key selection criteria that has been identified as part of this Direct Award 2 process. The award decision-makers’ reasons for selecting the chosen provider: the basic criteria was implemented as pass/fail, these criteria were; Ability to provide required activity levels, necessary insurances and Technical and Professional ability. The activity level criteria was assessed by reviewing the providers current activity levels and the staffing model that will be in place for the new agreement. The technical and professional ability was assessed using the providers registration with the GDC and on the Health Boards performers list. The necessary insurances were evidenced following the providers last Quality Assurance Assessment in January 2025 where copies of Employers liability insurance and Autoclave certification and insurance were provided. The Key Criteria, the providers current and likely future performance has been measured against the five key criteria with all being measured by applying a pass/fail metric. The provider has delivered and is likely to continue to deliver: 1. Quality – good quality services. 2. Value - good value in terms of the balance of costs and overall patient benefits. 3. Collaboration and service sustainability –services have been and will continue to be provided in a collaborative and sustainable way which improves the health outcomes of all treated patients through good quality health services and continuity of health services. 4. Improving access and reducing health inequalities – service delivery via this contract award has and will continue to offer accessibility of services and treatments for all eligible patients. 5. Social responsibility- the service provision has and will continue to improve economic, social, and environmental wellbeing in the delivery of the patient care services. No providers were excluded from the procurement process; There were no declared conflicts or potential conflicts of interest of individuals making the decision; Information that has not been published and is withheld under regulation 23(1) due to commercial sensitivity Additional information: The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by E-mail: hollie.taylor2@wales.nhs.uk. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales. Final award subject to approval by Welsh Government

Lot 1 Status: cancelled

Lot 1 Has Options: No

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "020919-2025-1",
      "relatedLots": [
        "1"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-FTS-147662",
          "name": "Q DENTAL CARE LIMITED"
        }
      ]
    }
  ],
  "bids": {
    "statistics": [
      {
        "id": "6",
        "measure": "bids",
        "relatedLot": "1",
        "value": 1
      },
      {
        "id": "7",
        "measure": "smeBids",
        "relatedLot": "1",
        "value": 0
      },
      {
        "id": "8",
        "measure": "foreignBidsFromEU",
        "relatedLot": "1",
        "value": 0
      },
      {
        "id": "9",
        "measure": "foreignBidsFromNonEU",
        "relatedLot": "1",
        "value": 0
      },
      {
        "id": "10",
        "measure": "electronicBids",
        "relatedLot": "1",
        "value": 0
      }
    ]
  },
  "buyer": {
    "id": "GB-FTS-109",
    "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
  },
  "contracts": [
    {
      "awardID": "020919-2025-1",
      "dateSigned": "2025-05-13T00:00:00+01:00",
      "id": "020919-2025-1",
      "status": "active",
      "value": {
        "amount": 1.0,
        "currency": "GBP"
      }
    }
  ],
  "date": "2025-05-13T15:22:30+01:00",
  "description": "(WA Ref:150663)",
  "id": "020919-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-051233",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Cardiff",
        "postalCode": "CF15 7QZ",
        "region": "UK",
        "streetAddress": "4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw"
      },
      "contactPoint": {
        "email": "hollie.taylor2@wales.nhs.uk",
        "telephone": "+44 2921501500"
      },
      "details": {
        "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221",
        "classifications": [
          {
            "description": "Body governed by public law",
            "id": "BODY_PUBLIC",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Health",
            "id": "07",
            "scheme": "COFOG"
          }
        ],
        "url": "http://nwssp.nhs.wales/ourservices/procurement-services/"
      },
      "id": "GB-FTS-109",
      "identifier": {
        "legalName": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
      },
      "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Kearsley",
        "postalCode": "M261GG",
        "region": "UKL",
        "streetAddress": "Europa House Europa Trading Estate, Stoneclough Road"
      },
      "details": {
        "scale": "large"
      },
      "id": "GB-FTS-147662",
      "identifier": {
        "legalName": "Q DENTAL CARE LIMITED"
      },
      "name": "Q DENTAL CARE LIMITED",
      "roles": [
        "supplier"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "The Strand London",
        "postalCode": "WC2A 2LL"
      },
      "contactPoint": {
        "telephone": "+44 2079477501"
      },
      "id": "GB-FTS-147663",
      "identifier": {
        "legalName": "High Court Royal Courts of Justice"
      },
      "name": "High Court Royal Courts of Justice",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "classification": {
      "description": "Orthodontic services",
      "id": "85131100",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The proposed service will provide NHS Specialist Orthodontics Services for under 18\u2019s in a Primary Care setting within Cwm Taf Morgannwg University Health Board. The contract will deliver 7,824 units of orthodontic activity per annum.\nDirect Award Process 2 has been considered the most appropriate procurement process for the purposes of this requirement as the term of an existing contract is due to expire, and the commissioner has proposed a new contract to replace that existing contract at the end of its term; the proposed contracting arrangements are not a considerable change; and the commissioner is of the view that the existing provider is satisfying the existing contract and will likely be able to satisfy the proposed contract to a sufficient standard.\nInformation regarding the estimated lifetime value of the contract and the existing contract has not been published and is withheld under regulation 23(1) due to commercial sensitivity\nThe dates between which the services are intended to be provided: 1st June 2025 to 30th May 2028",
    "id": "ocds-h6vhtk-051233",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Orthodontic services",
            "id": "85131100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKL"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "type": "price"
            }
          ]
        },
        "description": "The proposed service will provide NHS Specialist Orthodontics Services for under 18\u2019s in a Primary Care setting within Cwm Taf Morgannwg University Health Board. The contract will deliver 7,824 units of orthodontic activity per annum.\nDirect Award Process 2 has been considered the most appropriate procurement process for the purposes of this requirement as the term of an existing contract is due to expire, and the commissioner has proposed a new contract to replace that existing contract at the end of its term; the proposed contracting arrangements are not a considerable change; and the commissioner is of the view that the existing provider is satisfying the existing contract and will likely be able to satisfy the proposed contract to a sufficient standard.\nInformation regarding the estimated lifetime value of the contract and the existing contract has not been published and is withheld under regulation 23(1) due to commercial sensitivity\nThe dates between which the services are intended to be provided: 1st June 2025 to 30th May 2028\nThis is a Provider Selection Regime Wales (PSR Wales) intention to award notice. The awarding of this contract is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015/Procurement Act 2023 do not apply to this award.\nAward decision-makers \u2013 CTMUHB Dental and Optometry Service Manager \u0026 CTMUHB Directorate Manager\nThis provider has been selected for award of the contract for the service as they satisfactorily meet the basic selection criteria and the key selection criteria that has been identified as part of this Direct Award 2 process.\nThe award decision-makers\u2019 reasons for selecting the chosen provider: the basic criteria was implemented as pass/fail, these criteria were; Ability to provide required activity levels, necessary insurances and  Technical and Professional ability. The activity level criteria was assessed by reviewing the providers current activity levels and the staffing model that will be in place for the new agreement. The technical and professional ability was assessed using the providers registration with the GDC and on the Health Boards performers list. The necessary insurances were evidenced following the providers last Quality Assurance Assessment in January 2025 where copies of Employers liability insurance and Autoclave certification and insurance were provided. The Key Criteria, the providers current and likely future performance has been measured against the five key criteria with all being measured by applying a pass/fail metric. The provider has delivered and is likely to continue to deliver:\n1.\tQuality \u2013 good quality services.\n2.\tValue - good value in terms of the balance of costs and overall patient benefits.\n3.\tCollaboration and service sustainability \u2013services have been and will continue to be provided in a collaborative and sustainable way which improves the health outcomes of all treated patients through good quality health services and continuity of health services.\n4.\tImproving access and reducing health inequalities \u2013 service delivery via this contract award has and will continue to offer accessibility of services and treatments for all eligible patients.\n5.\tSocial responsibility- the service provision has and will continue to improve economic, social, and environmental wellbeing in the delivery of the patient care services.\nNo providers were excluded from the procurement process;\nThere were no declared conflicts or potential conflicts of interest of individuals making the decision;\nInformation that has not been published and is withheld under regulation 23(1) due to commercial sensitivity Additional information: The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by E-mail: hollie.taylor2@wales.nhs.uk.\nThis contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.\nFinal award subject to approval by Welsh Government",
        "hasOptions": false,
        "id": "1",
        "status": "cancelled"
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "limited",
    "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
    "procurementMethodRationale": ". The awarding of this contract is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015/Procurement Act 2023 do not apply to this award.",
    "procurementMethodRationaleClassifications": [
      {
        "description": "The procurement falls outside the scope of application of the directive",
        "id": "D_OUTSIDE_SCOPE",
        "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL"
      }
    ],
    "status": "complete",
    "title": "SPECIALIST ORTHODONTIC SERVICES"
  }
}