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)

SPECIALIST ORTHODONTIC SERVICES

  • First published: 13 May 2025
  • Last modified: 13 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-150663
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
13 May 2025
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 CPV: 85131100, 85131100.

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

Telephone: +44 2921501500

E-mail: hollie.taylor2@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

SPECIALIST ORTHODONTIC SERVICES

II.1.2) Main CPV code

85131100

 

II.1.3) Type of contract

Services

II.1.4) Short 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

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)

85131100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

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

II.2.5) Award criteria

Price

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

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

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:

The procurement falls outside the scope of application of the Directive

Explanation

. 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.

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

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

13/05/2025

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: 0

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Q DENTAL CARE LIMITED

Europa House Europa Trading Estate, Stoneclough Road

Kearsley

M261GG

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:150663)

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

13/05/2025

Coding

Commodity categories

ID Title Parent category
85131100 Orthodontic services Dental-practice services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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.

About the buyer

Main contact:
hollie.taylor2@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.