Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
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
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 2
Reference number: PRO-OJEULT-50776
II.1.2) Main CPV code
85111100
II.1.3) Type of contract
Services
II.2) Description
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 conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments.
Lot 2 is divided into sub lots as follows;
Lot 2a - Insourcing with equipment/infrastructure
Lot 2b - Insourcing without equipment and infrastructure
The VII.1.4 description section within this notice details the disciplines.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition.
The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.
The framework is in year three of its four year primary period.
Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
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
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 12
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-061532
Section V: Award of contract/concession
Lot No: 2
Contract No: PRO-OJEULT-50776
Title: Insourcing
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
06/03/2026
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor/concessionaire
COMPLEO HEALTH LIMITED
2a Beehive Mill, Jersey Street
Manchester
M46JG
UK
NUTS: UKD33
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
MEDICURE PROFESSIONALS LIMITED
Camperdene House, High Street
Chipping Campden
GL556AT
UK
NUTS: UKK13
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
COMPREHENSIVE CARE LTD
Office 3-13 Ivy Business Centre Crown Street, Failsworth
Manchester
M359BG
UK
NUTS: UKD33
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
NATIONAL CLINICAL INSOURCING LIMITED
105-109 Sumatra Road
London
NW61PL
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
RM MEDICS LTD
Suite K, Sandland Court The Pilgrim Centre, Brickhill Drive
Bedford
MK417PZ
UK
NUTS: UKH24
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
4 WAYS HEALTHCARE LIMITED
Nexus House Boundary Way, Hemel Hempstead Industrial Estate
Hemel Hempstead
HP27SJ
UK
NUTS: UKH23
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
CHESHIREMEDICA LTD
Kelsall Surgical Centre, Church Street
Kelsall
CW60QG
UK
NUTS: UKD6
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
HG MIND WORKS LTD
Camperdene House High Street, Chipping Campden
Gloucestershire
GL556AT
UK
NUTS: UKK13
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
IMAGINATAL SERVICES LTD
151 Wick Road
Bristol
BS44HH
UK
NUTS: UKK23
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED
45-51 High Street
Reigate
RH29AE
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
Medicspro Ltd
Copper House , 88 Snakes Lane East
Woodford Green
IG87HX
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
MEDSURG ELECTIVE CARE LIMITED
4 Minster Court, Tuscam Way
Camberley
GU153YY
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
Next Step Nursing
10 Saffron Central Square, Croydon
Surrey
CR02FT
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
OPTEGRA UK LIMITED
7 The Technology Park, Colindeep Lane
London
NW96BX
UK
NUTS: UKI
The contractor/concessionaire is an SME:
No
V.2.3) Name and address of the contractor/concessionaire
radiology management solutions
C/O Sedulo, 62-66 Deansgate,
Manchester
M32EN
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
Secure Healthcare limited
Sun Street
Wolverhampton
WV100BF
UK
NUTS: UKG39
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
SET Healthcare Ltd
Unit 67, Ambition Broxbourne Business Centre, 4 Pindar Road
Hoddesdon
EN110FJ
UK
NUTS: UKH23
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
TOMORROW CARDIOVASCULAR LIMITED
C/O Wyatt Morris Golland Ltd Park House, 200 Drake Street
Rochdale
OL161PJ
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
UK VEIN CLINIC LTD
Lower Ground Floor, 150 Harley Street
London
W1G7LQ
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
VALE EYE SURGEONS LIMITED
32 Rhodfa Mes
Bridgend
CF315BF
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
STAFF HEALTH LTD
Flat 66 Chelsea Vista, Imperial Wharf
London
SW62SD
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 200 000 000.00
GBP
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime Wales (PSR Wales) intention to award notice for the annual refresh under the established framework agreement with competition. The awarding of this framework refresh 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 extension of the standstill period at midnight on Thursday 2nd of April 2026. This framework refresh has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
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 framework is estimated to be GBP200 million.
There were no conflicts of interest within this exercise.
The award decision makers were representatives from Health Boards in Wales which included Service Managers from Cardiff and Vale University Health Board, Head of Commissioning in Planning and Partnerships from Swansea Bay University Health Board and financial accountant from Aneurin Bevan University Health Board.
The successful bidders were selected for award of the contract as they satisfactorily meet the basic selection criteria and the key selection criteria that has been identified as part of this Framework process. The award decision-makers’ reasons for selecting the chosen providers: the basic criteria were implemented as pass/fail, these criteria were;
Financial position – through the provision of acid test ratio scores and D&B reports.
Insurances - demonstration that bidders held or would commit to Employers Liability, Public / Product Liability Insurance, Professional Indemnity Insurance and Medical Malpractice at the expected levels.
Cyber Essentials - provision of certificates or confirmation of working towards with a stated deadline
Technical and professional abilities – Examples of similar services being provided, staffing provision being demonstrated and provision of HIW/CQC certification for specific lots.
The bidders were also measured against the five key criteria with all being assessed by applying a pass/fail metric apart from the Social Responsibility which had a evaluation weighting that would be taken through into any mini competitive tender processes under the framework. The key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework are;
a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria to ensure bidders are at a sufficient safe quality clinical levels.
b) Value - ranking by price according to NHS tariff to allow direct award options
c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix to ensure safe regulatory requirements.
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 ensuring safe regulatory requirements.
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
No bidders were excluded from this Procurement.
(WA Ref:163504)
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
27/03/2026
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
85111100
VII.1.2) Additional CPV code(s)
VII.1.3) Place of performance
NUTS code:
UKL
VII.1.4) Description of the procurement
NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments.
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
This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition.
The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.
The framework is in year three of its four year primary period with four year extension options available.
Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;
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
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 12
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 200 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
Yes
VII.1.7) Name and address of the contractor/concessionaire
COMPLEO HEALTH LIMITED
2a Beehive Mill, Jersey Street
Manchester
M46JG
UK
NUTS: UKD33
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
COMPREHENSIVE CARE LTD
Office 3-13 Ivy Business Centre Crown Street, Failsworth
Manchester
M359BG
UK
NUTS: UKD33
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
MEDICURE PROFESSIONALS LIMITED
Camperdene House, High Street
Chipping Campden
GL556AT
UK
NUTS: UKK13
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
NATIONAL CLINICAL INSOURCING LIMITED
105-109 Sumatra Road
London
NW61PL
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
RM MEDICS LTD
Suite K, Sandland Court The Pilgrim Centre, Brickhill Drive
Bedford
MK417PZ
UK
NUTS: UKH24
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
4 WAYS HEALTHCARE LIMITED
Nexus House Boundary Way, Hemel Hempstead Industrial Estate
Hemel Hempstead
HP27SJ
UK
NUTS: UKH23
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
CHESHIREMEDICA LTD
Kelsall Surgical Centre, Church Street
Kelsall
CW60QG
UK
NUTS: UKD6
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
HG MIND WORKS LTD
Camperdene House High Street, Chipping Campden
Gloucestershire
GL556AT
UK
NUTS: UKK13
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
IMAGINATAL SERVICES LTD
151 Wick Road
Bristol
BS44HH
UK
NUTS: UKK23
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED
45-51 High Street
Reigate
RH29AE
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Medicspro Ltd
Copper House , 88 Snakes Lane East
Woodford Green
IG87HX
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
MEDSURG ELECTIVE CARE LIMITED
4 Minster Court, Tuscam Way
Camberley
GU153YY
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Next Step Nursing
10 Saffron Central Square, Croydon
Surrey
CR02FT
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
OPTEGRA UK LIMITED
7 The Technology Park, Colindeep Lane
London
NW96BX
UK
NUTS: UKI
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
radiology management solutions
C/O Sedulo, 62-66 Deansgate,
Manchester
M32EN
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Secure Healthcare limited
Sun Street
Wolverhampton
WV100BF
UK
NUTS: UKG39
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
SET Healthcare Ltd
Unit 67, Ambition Broxbourne Business Centre, 4 Pindar Road
Hoddesdon
EN110FJ
UK
NUTS: UKH23
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
STAFF HEALTH LTD
Flat 66 Chelsea Vista, Imperial Wharf
London
SW62SD
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
TOMORROW CARDIOVASCULAR LIMITED
C/O Wyatt Morris Golland Ltd Park House, 200 Drake Street
Rochdale
OL161PJ
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
UK VEIN CLINIC LTD
Lower Ground Floor, 150 Harley Street
London
W1G7LQ
UK
NUTS: UKI
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
VALE EYE SURGEONS LIMITED
32 Rhodfa Mes
Bridgend
CF315BF
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications
Extension of standstill period in line with Health Services (Provider Selection Regime) (Wales) Regulations 2025 which will be at midnight on Thursday the 2nd of April 2026.
Please note that there are three modification notices, one for each of the 3 Lots within the Framework Agreement.
VII.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:
Extension of standstill period in line with Health Services (Provider Selection Regime) (Wales) Regulations 2025 which will be at midnight on Thursday the 2nd of April 2026.
Please note that there are three modification notices, one for each of the 3 Lots within the Framework Agreement.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 200 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 200 000 000.00 Currency: GBP