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