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) on behalf of Betsi Cadwaladr University Health Board
2nd Floor, Woodland House, Maes-y-Coed Road
Cardiff
CF14 4HH
UK
Telephone: +44 2921501500
E-mail: gareth.stallard@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.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
Insourcing of First Outpatient Appointments and Minor Procedures to BCUHB
Reference number: CAV-FCONC-60689
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Insourcing of First Outpatient Appointments and completion of minor procedures within the first appointment where appropriate within Betsi Cadwaladr 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:
2 926 218.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Sites within Betsi Cadwaladr University Health Board (North Wales)
II.2.4) Description of the procurement
This proposed contract is to cover Insourcing to support the delivery of First Outpatient Appointments across North Wales in Betsi Cadwaladr University Health Board between until the end March 2026. The service is expected to be delivered regularly at Weekends (Saturday and Sunday) between the hours of 8am and 6pm during the period, but there must be ability to deliver in evenings where requested and provision of facilities allows. The service will be delivered within the geographical areas of Betsi Cadwaladr University Health Board. The Health Board will book patients and manage lists, but the provider will provide medical secretary support for the activity, as well as a Nurse/HCA. The contract will also include provision for minor dermatology procedures to be completed within the first outpatient appointment where this is appropriate. The specialities includes within the provision of the insourcing is vascular, orthodontics, pan, thoracic medicine, gastroenterology, dermatology, urology, and gynaecology.
This notice is an intention to award a contract based on a framework agreement without a competition under the NHS SBS Framework Agreement for Insourcing of Clinical Services reference SBS10203.
The estimated value of this agreement is expected to not exceed 2,926,218.
Services will be provided from the point of award up until 31st March 2026.
The proposed awarded provider is an existing provider to Betsi Cadwaladr University Health Board for the provision of these services, and the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.
II.2.5) Award criteria
Price
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
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
The proposed contract is being awarded under The Health Services (Provider Selection Regime) (Wales) Regulations 2025, this is an intention to award notice under a framework agreement without competition.
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-FCONC-60689
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/10/2025
V.2.2) Information about tenders
Number of tenders received: 1
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: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ID MEDICAL GROUP LIMITED
Unit 2, Mill Square Featherstone Road, Wolverton Mill
Milton Keynes
MK125ZD
UK
Telephone: +44 1908552836
NUTS: UKJ12
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 926 218.00
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 end Thursday 30th October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
Any representations should be sent to gareth.stallard@wales.nhs.uk before the deadline set out above.
- The proposed provider is the existing provider within Betsi Cadwaladr University Health Board for the provision of the Insourcing of First Outpatient Appointments, the proposed award is being made for additional capacity and is being done to the existing provider to ensure maximum efficiency and management of the service required.
include a a description of why the proposed contracting arrangement is capable of being provided only by the existing provider, with reference to the nature of the relevant health services.
- The award decision makers include Director of Transformation, Chief Operating Officer, and Clinical Lead;
-The key criteria assessed as part of this proposed award 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.;
- No providers were excluded from this process;
- No conflicts were identified as part of the conflict of interest assessment;
(WA Ref:157123)
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
23/10/2025