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)
Ty Gwent, Llantarnam Park
Cwmbran
NP44 3HR
UK
Contact person: Alex Curley
E-mail: alex.curley@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
Regional Cataracts Outsourcing 2
Reference number: ABU-FCOWC-61236
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Outsourcing of Cataracts procedures for Aneurin Bevan, Cardiff and Vale and Cwm Taff Bro Morgannwg University Health Boards
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85111000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Aneurin Bevan University Health Board
Cardiff and Vale University Health Board
Cwm Taff Bro Morgannwg University Health Board
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 NHS Wales Shared Services Partnership Framework Agreement for Outsourcing / Insourcing of Clinical, Surgical & Diagnostic Services Reference Number: PRO-OJEULT-50776.
This mini-competition was run to establish a contract to cover Outsourcing to support the delivery of Cataracts Procedures in South East Wales for Aneurin Bevan University Health Board, Cardiff and Vale University Health Board and Cwm Taff Bro Morgannwg University Health Boards between December 2025 and the end of March 2026. The service is expected to be delivered regularly Monday to Friday between the hours of 8am and 6pm during the period. The service will be delivered within 20 miles of the South East Wales Boarder.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Improving Access & Reducing Health Inequalities
/ Weighting: 15
Quality criterion: Collaboration and Service Sustainability
/ Weighting: 10
Quality criterion: social Responsibility
/ Weighting: 15
Price
/ Weighting:
30
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
This is a The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (PSR Wales) intention to award notice.
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: ABU-FCOWC-61236
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/12/2025
V.2.2) Information about tenders
Number of tenders received: 4
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: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
SPAMEDICA LTD
Spamedica House, 43 Churchgate
Bolton
BL11HU
UK
Telephone: +44 1204800880
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Practice Plus Group
Unit 6, Napier Court, Napier Road
Reading
RG18BW
UK
Telephone: +44 3339992570
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
St Josephs Hospital
Harding Avenue
Newport
NP206ZE
UK
NUTS: UKL16
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:
: 3 000 000.00
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 11:59pm Friday 12th December 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
Alex.Curley@wales.nhs.uk
The award decision makers are relevant staff from health organisations involved in the provider selection process, these include the roles of Directorate managers and Ophthalmology Consultants.
The successful providers detailed within this notice has been selected as they have achieved the highest overall combined Technical (55%),
Commercial (30%), and Social Value (15%) scores from all providers that submitted a compliant 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 30% with all other offers being scored on a relative scale to the lowest, and 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.
-No conflicts of interest were declared or identified as part of the conflicts assessment process
(WA Ref:158975)
VI.4) Procedures for review
VI.4.1) Review body
NWSSP Procurement Services (Hosted By Velindre NHS Trust)
Charnwood Court, Nantgarw
Cardiff
CF157QZ
UK
VI.5) Date of dispatch of this notice
04/12/2025