Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing

  • First published: 02 October 2025
  • Last modified: 02 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-155945
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
02 October 2025
Deadline date:
03 November 2025
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. The framework is split into the following lots; Lot 1 - Outsourcing Lot 2a - Insourcing with equipment/infrastructure Lot 2b - Insourcing without equipment and infrastructure Lot 3 - Facility including all equipment and consumables (Lot 3) and Lot 3+ - All services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage The Framework covers the following categories; Breast Endoscopy (including Cystoscopy) Neuroscience Cardiac & Cardiac related Diagnostics Gastroenterology Ophthalmology Cardiology & Cardiology related Diagnostics General Surgery Oral Maxillo Facial Surgery CT Scanning Gynaecology Orthopaedic Surgery Dermatology MRI Scanning Pain Management Ear Nose & Throat (ENT) Neurology & Neurology related Diagnostics Non- Obstetric Ultrasound (NOUS)* Plastic Surgery Thoracic Ultrasound Diagnostics Urology Vascular CPV: 85111100, 85111100, 85111100, 85111100.

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Contact person: Emma Lane

Telephone: +44 2921501375

E-mail: emma.lane@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.etenderwales.bravosolution.co.uk


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

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing

Reference number: PRO-OJEULT-50776

II.1.2) Main CPV code

85111100

 

II.1.3) Type of contract

Services

II.1.4) Short description

NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.

The framework is split into the following lots;

Lot 1 - Outsourcing

Lot 2a - Insourcing with equipment/infrastructure

Lot 2b - Insourcing without equipment and infrastructure

Lot 3 - Facility including all equipment and consumables (Lot 3) and

Lot 3+ - All services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage

The Framework covers the following categories;

Breast

Endoscopy (including Cystoscopy)

Neuroscience

Cardiac & Cardiac related Diagnostics

Gastroenterology

Ophthalmology

Cardiology & Cardiology related Diagnostics

General Surgery

Oral Maxillo Facial Surgery

CT Scanning

Gynaecology

Orthopaedic Surgery

Dermatology

MRI Scanning

Pain Management

Ear Nose & Throat (ENT)

Neurology & Neurology related Diagnostics

Non- Obstetric Ultrasound (NOUS)*

Plastic Surgery

Thoracic Ultrasound Diagnostics

Urology

Vascular

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Outsourcing

II.2.2) Additional CPV code(s)

85111100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.

This lot is for Outsourcing of the following categories;

Breast

Endoscopy (including Cystoscopy)

Neuroscience

Cardiac & Cardiac related Diagnostics

Gastroenterology

Ophthalmology

Cardiology & Cardiology related Diagnostics

General Surgery

Oral Maxillo Facial Surgery

CT Scanning

Gynaecology

Orthopaedic Surgery

Dermatology

MRI Scanning

Pain Management

Ear Nose & Throat (ENT)

Neurology & Neurology related Diagnostics

Non- Obstetric Ultrasound (NOUS)*

Plastic Surgery

Thoracic Ultrasound Diagnostics

Urology

Vascular

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The established framework has four yearly extension options available which is in addition to the current framework period up to the 31st March 2027 as outlined in the 18 months stated above.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This notice is to signal the re-opening the established framework for its annual refresh period. New Providers interested in bidding can submit a tender response via the Bravo Solutions portal as per the link address stated in the notice.

Lot No: 2

II.2.1) Title

Insourcing

II.2.2) Additional CPV code(s)

85111100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.

Lot 2 is divided into sub lots as follows;

Lot 2a - Insourcing with equipment/infrastructure

Lot 2b - Insourcing without equipment and infrastructure

The main description within this notice details the disciplines.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The established framework has four yearly extension options available which is in addition to the current framework period up to the 31st March 2027 as outlined in the 18 months stated above.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This notice is to signal the re-opening the established framework for its annual refresh period. New Providers interested in bidding can submit a tender response via the Bravo Solutions portal as per the link address stated in the notice.

Lot No: 3

II.2.1) Title

Facility

II.2.2) Additional CPV code(s)

85111100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.

This lot is divided into sub lots as follows;

Lot 3 Facility including all equipment and consumables (Lot 3) and

Lot 3+ All services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

The established framework has four yearly extension options available which is in addition to the current framework period up to the 31st March 2027 as outlined in the 18 months stated above.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This notice is to signal the re-opening the established framework for its annual refresh period. New Providers interested in bidding can submit a tender response via the Bravo Solutions portal as per the link address stated in the notice.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As listed in the tender documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-021942

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/11/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 03/11/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This notice is in relation to the annual refresh of the established Framework Agreement which is in place for four (4) years with an option to extend for up to an additional four (4) years. The framework is currently in year three of the primary four year period.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Framework will undertake annual refreshes to allow (i) new entrants to the market (prospective Bidders) to seek appointment onto the Framework, (ii) existing Framework Providers to seek appointment onto the Framework in relation to alternative or additional Framework Lot(s), an alternative or additional Provider Site(s) and an alternative or additional Discipline, to those for which they were originally appointed onto the Framework and / or (iii) existing Framework Providers can apply to adjust their Framework pricing and / or update their Social Value response in an opportunity to increase their weighting in this area.

Please see below for refresh dates - ITT 98956

Full bid by 3rd November 2025 / appointment to framework 1st April 2026

*In the event the Framework Agreement is extended.

Full bid by November 2026* / appointment to framework 1st April 2027*

Full bid by November 2027* / appointment to framework 1st April 2028*

Full bid by November 2028* / appointment to framework 1st April 2029*

Full bid by November 2029* / appointment to framework 1st April 2030*

Please note that the dates above are estimated dates and firm dates will be advised at the point of each refresh.

This is a non-committal Framework for a total period of four (4) years with an option to extend for up to a further four years. The framework is currently in year three of the four year primary period.

The usage is undefined, and this is applicable across all lots.

The total contract value for the initial contract terms is estimated to be GBP100 million.

The total contract value including the extension option is estimated to be GBP200 million.

This is a Provider Selection Regime Wales (PSR Wales) Contract Notice. The awarding of any contract under the established Framework Agreement 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.

Bidders should refer to the tender documents for full evaluation criteria, however, the key criteria under PSR will be assessed as follows;

a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria

b) Value - ranking by price

c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix

d) Improving access and reducing health inequalities - PROM completion and outcomes sharing, Protocols in relation to patient access criteria suitable for treatment in the delivery of Services element, available capacity/beds and clinical performance/regulatory criteria relating to delivery of service

e) Social Responsibility - Under the terms of this framework, the successful supplier(s) are to ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas;

i) Well-Being of Future Generations Act

ii) Foundational Economy

iii) Carbon Footprint

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=155945

(WA Ref:155945)

The buyer considers that this contract is suitable for consortia.

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

02/10/2025

Coding

Commodity categories

ID Title Parent category
85111100 Surgical hospital services Hospital services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
emma.lane@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.