Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Woodland House, Maes Y Coed Road
Cardiff
CF14 4HH
UK
Contact person: Sarah Yellen
E-mail: sarah.yellen@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Planned Care Outsourcing - Gynaecology
Reference number: CAV-COFAWC-118264
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Planned Care Outsourcing of Gynaecology Procedures to reduce patient waiting lists in Cardiff and Vale University Health Board
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
133 417.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85111300
85100000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
This notice is an intention to award a contract based on a framework agreement with a competition. A mini-competition has been conducted under the NHS Wales Shared Services Partnership Framework Agreement for Outsourcing / Insourcing of Clinical, Surgical & Diagnostic Services Reference Number PRO-OJEULT-50776.
The mini-competition was run to establish a contract to cover Outsourcing to address the back-log of patients in respect of the inpatient waiting lists within the Obs and Gynae Directorate with the intention to support delivery to reduce the number of patients waiting on the inpatient waiting list.
The waiting list consists of patients waiting for (but not exclusive to
Laparoscopic see and treat
Laparoscopic sterilisation
Various other procedures including cystectomy, vaginal hysterectomy, TCRPs, BSO
The intention to award contract for 32 cases to be completed by end of September 2025 with options to extend cohort patients numbers beyond September 25 to 31st March 26, subject to further funding approval.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 35
Quality criterion: Social Value
/ Weighting: 15
Cost criterion: Financial
/ Weighting: 50
II.2.11) Information about options
Options:
Yes
Description of options:
There is an option to extend cohort patients numbers beyond September 25 to 31st March 26, subject to further funding approval.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
This is an intention to award notice under the Health Services (Provider Selection Regime) (Wales) Regulations 2025 ('the PSR Wales')
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
Contract No: CAV-COFAWC-118264
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/07/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ST JOSEPH'S INDEPENDENT HOSPITAL LIMITED
Harding Avenue, Malpas
Newport
NP206ZE
UK
Telephone: +44 7538315203
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 133 417.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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 midnight Friday 25th July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
Any providers that are party to the Framework Agreement for Outsourcing / Insourcing of Clinical, Surgical & Diagnostic Services Reference Number PRO-OJEULT-50776 can send their representations in relation to this proposed award to sarah.yellen@wales.nhs.uk
The award decision makers are relevant staff from Cardiff and Vale University Health Board involved in the provider selection process, these include the roles of General Manager, Deputy General Manager, Planned Care and Directorate Manager, Obs & Gynae.
The successful provider detailed within this notice has been selected as they have achieved the highest overall combined Technical (28%), Commercial (50%) and Social Value (15%) scores from all providers that submitted a bid. The key criteria assessed as part of the technical section included the providers ability to meet the requirements within the specific timeframe, ability to recover any lost time, how safe and effective care would be delivered under the service, management of staff, managing issues within the service and ability to meet reporting requirements. The commercial section was assessed based on the lowest overall cost offered being awarded 50% with all other offers being scored on a relative scale to the lowest, and the social value scores awarded based on those provided to the supplier as part of the framework award.
No providers were excluded from the procurement process with initial EOI followed by mini competition to those expressing an interest in the EOI
No conflicts of interest were declared or identified as part of the conflicts assessment process
(WA Ref:153465)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
16/07/2025