Contract

CCAPS 3775 - Ty Anwen

  • Aneurin Bevan University Health Board

F20: Modification notice

Notice identifier: 2025/S 000-057544

Procurement identifier (OCID): ocds-h6vhtk-059cbc

Published 18 September 2025, 8:48am



Section one: Contracting authority/entity

one.1) Name and addresses

Aneurin Bevan University Health Board

St. Cadocs Hospital, Lodge Road, Caerleon

Newport

NP18 3XQ

Contact

Tamara Cook

Email

tamara.cook@wales.nhs.uk

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

CCAPS 3775 - Ty Anwen

two.1.2) Main CPV code

  • 85144000 - Residential health facilities services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 85144000 - Residential health facilities services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement at the time of conclusion of the contract:

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.

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: 2017/S 005-007170


Section five. Award of contract/concession

Contract No

CCAPS 3775 - Ty Anwen

Title

CCAPS 3775 - Ty Anwen

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

25 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

Pobl Care and Support

Exchange House, High Street

Newport

NP201AA

Country

United Kingdom

NUTS code
  • UKL - Wales
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: £1


Section six. Complementary information

six.3) Additional information

(WA Ref:155847)

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

  • 85144000 - Residential health facilities services

seven.1.3) Place of performance

NUTS code
  • UKL - Wales

seven.1.4) 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.

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:

£1

seven.1.7) Name and address of the contractor/concessionaire

Pobl

Exchange house, Old post office

Newport

NP211AA

Country

United Kingdom

NUTS code
  • UKL16 - Gwent Valleys
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):

Call off from a framework agreement call off without a competition confirmation of contract award notice, for the avoidance of doubt, this notice does not represent a modification of contract.

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:

Call off from a framework agreement call off without a competition confirmation of contract award notice, 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: £1

Total contract value after the modifications

Value excluding VAT: £1