Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.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
UK
E-mail: amy.chilvers@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.1) Name and addresses
Cwm Taf University Health Board
PO Box 111
Pontypool
NP4 4DF
UK
Telephone: +44 2921500629
E-mail: gareth.hudson@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://ctmuhb.nhs.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA84379
I.1) Name and addresses
Hywel Dda University Health Board
Ty Gorwel, Building 14, St David’s Park, Job's Well Road
Carmarthen
SA31 3BB
UK
Telephone: +44 1267229774
E-mail: Gemma.Deverill@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://hduhb.nhs.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA79805
I.1) Name and addresses
Aneurin Bevan University Health Board
Headquarters, St Cadoc's Hospital, Lodge Road, Caerleon
Newport
NP18 3XQ
UK
E-mail: alex.curley@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: https://abuhb.nhs.wales/
I.1) Name and addresses
Betsi Cadwaladr University Heath Board
St Asaph
Bangor
LL57 2PW
UK
E-mail: wyn.owens@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: http://www.nwssp.wales.nhs.uk
I.1) Name and addresses
Cardiff and Vale University Local Health Board
Cardiff
CF14 4XW
UK
E-mail: claire.salisbury@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
I.1) Name and addresses
Powys County Council
Bronllys
Powys
LD1 5LG
UK
E-mail: wyn.owens@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
I.1) Name and addresses
Swansea bay University Health Board
Port Talbot
Powys
SA12 7BR
UK
E-mail: kier.warner@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
I.1) Name and addresses
NHS Wales Joint Commissioning Committee
Port Talbot
Powys
CF15 7QZ
UK
E-mail: gareth.hudson@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
I.1) Name and addresses
Manx Care of Nobles Hospitals - Isle of Man
The Strang , Bradden
Isle of Man
IM4 4RJ
UK
E-mail: tammy.hewitt@gov.im
NUTS: UKL
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
National Collaborative Framework for Adult MH LD & CAMHS Hospital Services
Reference number: PRO-OJEULT-47288
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
This notice is an intention to conclude a framework agreement using the competitive process for the National Collaborative Framework for Adult Mental Health, Learning Disabilities, and CAMHS Hospital Services, Velindre University NHS Trust—acting on behalf of all Health Boards and Trusts in Wales to Oak Tree Forest Limited for the provision of services under Lot 21 (Acute Mental Health - Male), Lot 22 (Acute Mental Health- Female), Lot 27 (Tier Child and Adolescent acute Mental Health - Male) and Lot 28( Tier 4 Child and Adolescent Acute Mental Health - Female) of the Framework Agreement. Contracting Authorities will award individual placements through a call-off process.
The framework will remain open to allow periodic refreshes as detailed below. Please note: no further Notices will be issued for each refresh date when the Framework reopens.
-6-month refresh for existing providers to amend pricing downwards and to allow new entrants to apply/existing providers the opportunity
to add new units.
-12-month refreshes for existing providers to amend pricing upwards and/or downwards and to allow new entrants to apply/existing
providers the opportunity to add new units.
Please see below for relevant tender submission and appointment dates:
4 July 2025- 1 October 2025
1 October 2025-1 April 2026
7 July 2026-1 October 2026
1 October 2026-1 April 2027
6 July 2027-1 October 2027* Subject to further extensions being applied
1 October 2027-1 April 2028* Subject to further extensions being applied
4 July 2028-1 October 2028* Subject to further extensions being applied
1 October 2028-1 April 2029* Subject to further extensions being applied
5 July 2029- 1 October 2029* Subject to further extensions being applied
This is a Provider Selection Regime Wales (PSR Wales) intention to award a contract award notice. This contract will be awarded under the Health Services (Provider Selection Regime) (Wales) Regulations 2025
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
.01
GBP
II.2) Description
Lot No: 21
II.2.1) Title
Acute Mental Health – Male
II.2.2) Additional CPV code(s)
85000000
85111500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Hospital Provision of Acute Mental Health services – Male
The criteria in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 as follows:
The Basic Selection criteria was required to provide detail of the:
provider’s suitability to pursue a particular activity, e.g., a requirement to hold a specific authorisation or membership of a professional organisation,
the necessary economic and financial standing, e.g., a minimum annual turnover and holding indemnity insurance, and
the necessary technical and professional ability, e.g., a certain level of experience, and not having conflicting interests.
As detailed in the tender documents.
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.
This was assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
1. Quality - Site audits in line with the publish quality standards.
2. Value - Verification of framework pricing in line with the published specification.
3. Collaboration and service sustainability - Confirmation of adherence in line with the published outcome measured standards.
4. Improving access and reducing health inequalities - Confirmation of adherence in line with the published outcome measured standards.
5. Social Responsibility - through the submission of the bidders response to community benefits.
As detailed in the tender document.
II.2.5) Award criteria
Quality criterion: technical
/ Weighting: 100
Price
/ Weighting:
0
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Under Regulation 23(1) of the Provider Selection Regime Wales PSR, a relevant authority is not required to publish information under these Regulations if the relevant authority is satisfied that the information is sensitive commercial information and there is no overriding public interest in its being published. Due to this, please note, a nominal value has been stated to allow notice publication.
Lot No: 22
II.2.1) Title
Acute Mental Health – Female
II.2.2) Additional CPV code(s)
85111500
85000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Hospital Provision of Acute Mental Health services – Female
The criteria in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 as follows:
The Basic Selection criteria was required to provide detail of the:
provider’s suitability to pursue a particular activity, e.g., a requirement to hold a specific authorisation or membership of a professional organisation,
the necessary economic and financial standing, e.g., a minimum annual turnover and holding indemnity insurance, and
the necessary technical and professional ability, e.g., a certain level of experience, and not having conflicting interests.
As detailed in the tender documents.
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.
This was assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
1. Quality - Site audits in line with the publish quality standards.
2. Value - Verification of framework pricing in line with the published specification.
3. Collaboration and service sustainability - Confirmation of adherence in line with the published outcome measured standards.
4. Improving access and reducing health inequalities - Confirmation of adherence in line with the published outcome measured standards.
5. Social Responsibility - through the submission of the bidders response to community benefits.
As detailed in the tender document.
II.2.5) Award criteria
Quality criterion: technical
/ Weighting: 100
Price
/ Weighting:
0
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Under Regulation 23(1) of the PSR, a relevant authority is not required to publish information under these Regulations if the relevant authority is satisfied that the information is sensitive commercial information and there is no overriding public interest in its being published. Due to this, please note, a nominal value has been stated to allow notice publication.
Lot No: 27
II.2.1) Title
Tier 4 Child and Adolescent Acute Mental Health – Male
II.2.2) Additional CPV code(s)
85000000
85111500
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Hospital Provision of Tier 4 Child and Adolescent Acute Mental Health services – Male
The criteria in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 as follows:
The Basic Selection criteria was required to provide detail of the:
provider’s suitability to pursue a particular activity, e.g., a requirement to hold a specific authorisation or membership of a professional organisation,
the necessary economic and financial standing, e.g., a minimum annual turnover and holding indemnity insurance, and
the necessary technical and professional ability, e.g., a certain level of experience, and not having conflicting interests.
As detailed in the tender documents.
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.
This was assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
1. Quality - Site audits in line with the publish quality standards.
2. Value - Verification of framework pricing in line with the published specification.
3. Collaboration and service sustainability - Confirmation of adherence in line with the published outcome measured standards.
4. Improving access and reducing health inequalities - Confirmation of adherence in line with the published outcome measured standards.
5. Social Responsibility - through the submission of the bidders response to community benefits.
As detailed in the tender document.
II.2.5) Award criteria
Quality criterion: technical
/ Weighting: 100
Price
/ Weighting:
0
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Under Regulation 23(1) of the PSR, a relevant authority is not required to publish information under these Regulations if the relevant authority is satisfied that the information is sensitive commercial information and there is no overriding public interest in its being published. Due to this, please note, a nominal value has been stated to allow notice publication.
Lot No: 28
II.2.1) Title
Tier 4 Child and Adolescent Acute Mental Health – Female
II.2.2) Additional CPV code(s)
85000000
85111500
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Hospital provision of Tier 4 Child and Adolescent Acute Mental Health services – Female
The criteria in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 as follows:
The Basic Selection criteria was required to provide detail of the:
provider’s suitability to pursue a particular activity, e.g., a requirement to hold a specific authorisation or membership of a professional organisation,
the necessary economic and financial standing, e.g., a minimum annual turnover and holding indemnity insurance, and
the necessary technical and professional ability, e.g., a certain level of experience, and not having conflicting interests.
As detailed in the tender documents.
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.
This was assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
1. Quality - Site audits in line with the publish quality standards.
2. Value - Verification of framework pricing in line with the published specification.
3. Collaboration and service sustainability - Confirmation of adherence in line with the published outcome measured standards.
4. Improving access and reducing health inequalities - Confirmation of adherence in line with the published outcome measured standards.
5. Social Responsibility - through the submission of the bidders response to community benefits.
As detailed in the tender document.
II.2.5) Award criteria
Quality criterion: technical
/ Weighting: 100
Price
/ Weighting:
0
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Under Regulation 23(1) of the PSR, a relevant authority is not required to publish information under these Regulations if the relevant authority is satisfied that the information is sensitive commercial information and there is no overriding public interest in its being published. Due to this, please note, a nominal value has been stated to allow notice publication.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
No tenders or no suitable tenders/requests to participate in response to open procedure
Explanation
This is a notice of intention to award a contract based on a framework with a competition. under The Health Services (Provider Selection Regime) (Wales) Regulation 2025.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-014536
Section V: Award of contract
Lot No: 21
Title: Acute Mental Health – Male
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
OAK TREE FOREST LIMITED
Ellern Mede Ridgeway Holcombe Hill, The Ridgeway
London
NW74HX
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 22
Title: Acute Mental Health – Female
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
OAK TREE FOREST LIMITED
Ellern Mede Ridgeway Holcombe Hill, The Ridgeway
London
NW74HX
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 27
Title: Tier 4 Child and Adolescent Acute Mental Health – Male
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
OAK TREE FOREST LIMITED
Ellern Mede Ridgeway Holcombe Hill, The Ridgeway
London
NW74HX
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 28
Title: Tier 4 Child and Adolescent Acute Mental Health – Female
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
OAK TREE FOREST LIMITED
Ellern Mede Ridgeway Holcombe Hill, The Ridgeway
London
NW74HX
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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. The publication of this notice marks the start of the standstill period.
Representations by providers must be made to decision makers by 4th August 2025. This contract has not yet formally been awarded; this
notice serves as an intention to award under the PSR Wales.
(WA Ref:153146)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
23/07/2025