Contract

AP- Maes-Y-Dderwen

  • Aneurin Bevan University Health Board

F03: Contract award notice

Notice identifier: 2025/S 000-062396

Procurement identifier (OCID): ocds-h6vhtk-05a87b

Published 6 October 2025, 10:13am



Section one: Contracting authority

one.1) Name and addresses

Aneurin Bevan University Health Board

St.Cadocs Hospital

Newport

NP18 3XQ

Email

katie.wile@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://abuhb.nhs.wales/

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

AP- Maes-Y-Dderwen

two.1.2) Main CPV code

  • 85144100 - Residential nursing care services

two.1.3) Type of contract

Services

two.1.4) Short description

Short description: Under the National Collaborative framework for adult mental health, a placement is proposed between ABUHB and Maes-Y-Dderwen. This proposed placement is being made under lot CS7 of the framework agreement as a potential call-off contract.

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)

  • 85144100 - Residential nursing care services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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, a placement is proposed between ABUHB and Maes-Y-Dderwen. This proposed placement is being made under lot CS7 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;

They have 3Q's on the framework, the placement identifies as meeting all the service users needs. The placement also has qualified nurses which MDT have identified as required upon discharge. Beds are available and the placement is near home and the clinical team. The local area can promote social inclusion.

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.2.5) Award criteria

Quality criterion - Name: 1 / Weighting: 1

Price - Weighting: 100

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

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2017/S 005-007170


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

3 October 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: 1

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

SHAW HEALTHCARE (GROUP) LTD

SHAW HEALTHCARE (GROUP) LTD, 1 Links Ct, Links Business Pk St Mellons

CARDIFF

CF30LT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
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

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 15/10/2025 . This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales. The decision makers are the Commissioning Team for Mental Health and Learning Disabilities.

1. This nursing home caters for younger people so meets her needs.

2. Placement commissioned by ABUHB MH/LD commissioning team. Joint funding with LA to be discussed.

3. Good relationship with provider, assurance they can meet the needs.

4. This was the best option for this person as provider can meet the needs and they have a bed.

5. No providers were excluded because it was considered necessary to protect public health.

6. any information that has not been published or is otherwise withheld under regulation 23(1) (N/A)

(WA Ref:156509)

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