Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Aneurin Bevan University Health Board
St. Cadocs Hospital, Lodge Road, Caerleon
Newport
NP18 3XQ
UK
Contact person: Tamara Cook
E-mail: tamara.cook@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.2) Joint procurement
The contract is awarded by a central purchasing body
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
CCAPS 3775 - Ty Anwen
II.1.2) Main CPV code
85144000
II.1.3) Type of contract
Services
II.1.4) Short description
Under the National Collaborative framework for adult mental health (and/or) Learning disabilities, a placement is proposed between ABUHB and (Ty Anwen). This proposed placement is being made under lot (CS4 -Care Home Mental Health With Continuous Staffing) of the framework agreement as a potential call-of contract.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85144000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This notice is an intention to award a contract based on a framework agreement with a competition. Under the National Collaborative framework for adult mental health (and/or) Learning disabilities, a placement is proposed between ABUHB and (Ty Anwen). This proposed placement is being made under lot (Choose lot from below) of the framework agreement as a potential call-off contract.
The proposed call off requirement was considered with the basic selection and key criterion as detailed below. Framework providers were evaluated by the Commissioning Team, responsible for a patient placement, under the CAARE criteria to determine (i) under which Framework Lot the Patient’s care requirement falls and (ii) the number of observations hours required to meet the patients’ needs by enhanced packages of care / additional services.
This was assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
1.Quality (Assurance rating, in the order of the hospital / unit with the highest quality assurance rating first within the applicable framework lot) 3 Qs on the framework
2.Value (Framework ranking by price- in the order of the lowest composite price hospital / unit within the applicable framework lot) Ty Anwen Lot CS4.
3.Collaboration and service sustainability (Exact clinical, geographical and social needs of the patient, including patient outcomes). Placement identified as meeting all needs
4.Improving access and reducing health inequalities (Availability of beds in hospitals / units within the required framework lot and within pre-agreed radius significant to a patient. Beds are available placement near to home CMHT and Case Management
5.Social Responsibility (Review of the providers community benefits proposal. Local area can promote social inclusion to meet needs
The length of the placement is based on patient need and therefore, is undetermined at present. The supplier is a current provider on the framework and this notice refers to a new placement. The awarding of this contract is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
II.2.5) Award criteria
Quality criterion: 1
/ Weighting: 1
Price
/ Weighting:
100
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
Open procedure
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:
2017/S 005-007170
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/08/2025
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: 1
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
Pobl Care and Support
Exchange House, High Street
Newport
NP201AA
UK
NUTS: UKL
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:155467)
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
08/09/2025