Section one: Contracting authority/entity
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
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
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Collaborative Framework for Adult MH LD & CAMHS Hospital Services
Reference number
PRO-OJEULT-47288
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85111500 - Psychiatric hospital services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
This notice is for the award of a framework agreement following a competitive process under 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) contract award notice. This framework agreement is awarded under the Health Services (Provider Selection Regime) (Wales) Regulations 2025.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
12
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2022/S 000-014536
Section five. Award of contract/concession
Contract No
PRO-OJUELT-47288
Title
National Collaborative Framework for Adult MH LD & CAMHS Hospital Services
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
4 August 2025
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
OAK TREE FOREST LIMITED
Ellern Mede Ridgeway Holcombe Hill, The Ridgeway
London
NW74HX
Country
United Kingdom
NUTS code
- UKI - London
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £0.01
Section six. Complementary information
six.3) Additional information
The criteria is 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.
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.
(WA Ref:153955)
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
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85000000 - Health and social work services
seven.1.2) Additional CPV code(s)
- 85111500 - Psychiatric hospital services
seven.1.3) Place of performance
NUTS code
- UKL - Wales
seven.1.4) Description of the procurement:
This notice is to award a Framework agreement with competition, for the avoidance of doubt, this notice does not represent a modification of contract.
This is a Provider Selection Regime Wales (PSR Wales) confirmation of contract 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 award to a provider under a framework agreement using the competitive process, this notice serves as an award of contract under the PSR Wales.
(WA Ref:153955)
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
12
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£0.01
seven.1.7) Name and address of the contractor/concessionaire
OAK TREE FOREST LIMITED
Ellern Mede Ridgeway Holcombe Hill, The Ridgeway
London
NW74HX
Telephone
+44 07496320006
Country
United Kingdom
NUTS code
- UKI - London
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
This notice is to award a Framework agreement with competition, for the avoidance of doubt, this notice does not represent a modification of contract.
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.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
This notice is to award a Framework agreement with competition, for the avoidance of doubt, this notice does not represent a modification of contract
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £0.01
Total contract value after the modifications
Value excluding VAT: £0.01