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)
2nd Floor, Woodland House, Maes-Y-Coed Road
Cardiff
CF14 4HH
UK
Contact person: Marisa Riley
Telephone: +44 2921501085
E-mail: marisa.riley2@wales.nhs.uk
NUTS: UKL22
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
SUPPLY AND INSTALLATION OF SAFETY MIRRORS ACROSS HAFAN Y COED
Reference number: CAV-DCO-(25-26) 229
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
Supply and installation of anti‑ligature safety mirrors across all wards at Hafan y Coed, Llandough. The works address blind‑spot risks identified during an HIW inspection and include fitting a range of dome, quarter‑dome, and wall‑mounted mirrors to improve visibility and enhance patient and staff safety.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
85 509.23
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Hafan y Coed, Llandough
II.2.4) Description of the procurement
Cardiff and Vale University Health Board is undertaking the supply and installation of anti‑ligature safety mirrors across all wards within Hafan y Coed, University Hospital Llandough. This requirement follows inspection findings that identified blind‑spot risks within the mental‑health inpatient environment and highlighted the need to enhance observation and patient safety.
The project includes the installation of a comprehensive range of specialist mental‑health‑grade mirrors, including full dome, half dome, quarter dome, wall‑mounted and half‑face outdoor mirrors. These mirrors are designed for high‑risk clinical environments, offering enhanced durability, anti‑ligature features and improved visibility to support safer observation practices. Installation will take place across ten wards, ensuring consistent coverage and the removal of concealed areas.
Works will be carried out in phases to accommodate product availability, with appropriate planning and coordination to minimise disruption in live ward settings. All installation activities will be supported by detailed risk assessments and scheduled to maintain patient and staff safety throughout. The mirrors selected are long‑life, robust products that support sustainability objectives by reducing the need for frequent replacement.
This procurement forms part of the Health Board’s wider commitment to improving patient safety, meeting inspection recommendations, and enhancing the therapeutic environment across mental‑health inpatient services.
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:
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the Directive
Explanation
A direct award is being used because the required anti‑ligature safety mirrors and installation services are fully covered under the NHS Commercial Solutions Framework – Anti‑Ligature, Specialist and General Doors, Windows, Furniture, Accessories and Associated Services (5104 4669, Lot 2). The framework provides pre‑approved specialist suppliers who meet all technical and safety requirements. A direct award is permitted and is essential due to the urgent need to complete the works within the current financial year and to promptly address identified safety risks. This route enables rapid mobilisation, avoids unnecessary delay, and ensures value for money while delivering critical improvements to ward safety.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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-DCO-(25-26) 229
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/03/2026
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
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: 0
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
PROTECTS PLUS LIMITED
Yewdale Enterprise Way, Wickford
Essex
SS118DH
UK
Telephone: +44 3456460955
E-mail: greg@protects-plus.co.uk
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 85 509.23
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:163150)
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
19/03/2026