Section one: Contracting authority
one.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
Telephone
+44 2921501500
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPECIALIST ORTHODONTIC SERVICES
two.1.2) Main CPV code
- 85131100 - Orthodontic services
two.1.3) Type of contract
Services
two.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
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1
two.2) Description
two.2.2) Additional CPV code(s)
- 85131100 - Orthodontic services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 May 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other 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
five.2.3) Name and address of the contractor
Q DENTAL CARE LIMITED
Europa House Europa Trading Estate, Stoneclough Road
Kearsley
M261GG
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1
Section six. Complementary information
six.3) Additional information
(WA Ref:150663)
six.4) Procedures for review
six.4.1) Review body
High Court Royal Courts of Justice
The Strand London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom