Award

SPECIALIST ORTHODONTIC SERVICES

NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)

This public procurement record has 1 release in its history.

Award

13 May 2025 at 00:00

Summary of the contracting process

The procurement process, initiated by the NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust), concerns the provision of Specialist Orthodontic Services for individuals under the age of 18. The service is to be delivered within the Cwm Taf Morgannwg University Health Board, encapsulating a crucial health industry endeavour. Awarded through a limited procurement method, this contract does not involve prior public competition and adheres to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. The procurement is at the contract award stage, with the decision dated 13th May 2025 and services expected to run from 1st June 2025 to 30th May 2028.

This tender presents substantial opportunities for businesses in the healthcare services sector, particularly those experienced in delivering orthodontic care. The contract, secured by Q Dental Care Limited, demands proficiency in a specialised area of health, thus creating avenues for large-scale service providers to collaborate with public health authorities. The focus on maintaining quality, value, sustainability, and social responsibility underlines the potential for organisations to leverage these criteria to expand their portfolio and reputation in public health procurement. Such opportunities could be pivotal for businesses looking to cement their presence within the UK healthcare industry, particularly within the Welsh health service delivery framework.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SPECIALIST ORTHODONTIC SERVICES

Notice 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

Lot Information

Lot 1

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. 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

Procurement Information

. 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.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-150663
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=150663
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85131100 - Orthodontic services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1

Notice Dates

Publication Date
13 May 20259 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 May 20259 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)
Contact Name
Lily Prance
Contact Email
lily.prance@wales.nhs.uk
Contact Phone
+44 2921500642

Buyer Location

Locality
CARDIFF
Postcode
CF14 4HH
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL52 Cardiff and Vale of Glamorgan
Delivery Location
TLL Wales

Local Authority
Cardiff
Electoral Ward
Heath
Westminster Constituency
Cardiff North

Supplier Information

Number of Suppliers
1
Supplier Name

Q DENTAL CARE

Further Information

Notice Documents

  • https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAY512300
    SPECIALIST ORTHODONTIC SERVICES - 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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-kuma6s-150663-2025-05-13T00:00:00Z",
    "date": "2025-05-13T00:00:00Z",
    "ocid": "ocds-kuma6s-150663",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-4",
            "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
            "identifier": {
                "legalName": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
            },
            "address": {
                "streetAddress": "Woodland House, Maes-y-Coed Road",
                "locality": "Cardiff",
                "region": "UK",
                "postalCode": "CF14 4HH"
            },
            "contactPoint": {
                "name": "Lily Prance",
                "email": "lily.prance@wales.nhs.uk",
                "telephone": "+44 2921500642"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "description": "Concessions Contract",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://nwssp.nhs.wales/ourservices/procurement-services/"
            }
        },
        {
            "id": "org-100",
            "name": "Q DENTAL CARE LIMITED",
            "identifier": {
                "legalName": "Q DENTAL CARE LIMITED"
            },
            "address": {
                "streetAddress": "Europa House Europa Trading Estate, Stoneclough Road",
                "locality": "Kearsley",
                "region": "UKL",
                "postalCode": "M261GG"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-101",
            "name": "High Court Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court Royal Courts of Justice"
            },
            "address": {
                "locality": "The Strand London",
                "postalCode": "WC2A 2LL"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
        "id": "org-4"
    },
    "tender": {
        "id": "ocds-kuma6s-150663-tender-150663",
        "title": "SPECIALIST ORTHODONTIC SERVICES",
        "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",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85131100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationale": ". 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.",
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "MAY512300",
                "documentType": "awardNotice",
                "title": "SPECIALIST ORTHODONTIC SERVICES",
                "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",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAY512300",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "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 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. 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",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "classification": {
            "id": "85131100",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "awards": [
        {
            "id": "ocds-kuma6s-150663-award-150663-77",
            "suppliers": [
                {
                    "id": "org-100",
                    "name": "Q DENTAL CARE LIMITED"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-150663-award-150663-77",
            "awardID": "ocds-kuma6s-150663-award-150663-77",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-13T00:00:00Z"
        }
    ],
    "language": "EN",
    "description": "(WA Ref:150663)",
    "bids": {
        "statistics": [
            {
                "id": "ocds-kuma6s-150663-bidsstatistic-150663-356",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-150663-bidsstatistic-150663-357",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-150663-bidsstatistic-150663-358",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-150663-bidsstatistic-150663-359",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-150663-bidsstatistic-150663-360",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-150663"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice"
}