Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

03 Contract Award Notice - Successful Supplier(s)

National Collaborative Framework for Adult MH LD & CAMHS Hospital Services

  • First published: 23 July 2025
  • Last modified: 23 July 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-153146
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
23 July 2025
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 CPV: 85000000, 85000000, 85111500, 85000000, 85111500, 85000000, 85111500, 85111500, 85000000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85111500 Psychiatric hospital services Hospital services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
23 July 2025
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
05 August 2025
Notice type:
20 Modification Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
amy.chilvers@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.