Tender

WBS-FTS-59249-Provision of a Scanning and Archiving Service for Welsh Blood Service

NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)

This public procurement record has 2 releases in its history.

TenderUpdate

09 Feb 2026 at 10:23

Tender

30 Jan 2026 at 19:02

Summary of the contracting process

The NHS Wales Shared Services Partnership-Procurement Services, hosted by Velindre University NHS Trust, is seeking a provider for a scanning and archiving service for the Welsh Blood Service. This procurement process operates under an open procedure and falls under the industry category of services, specifically archiving services. The contract is to be executed in the United Kingdom, with its base located in St Asaph. The current procurement stage is active as a tender with key deadlines being the tender submission on 27th February 2026 at midday and the award period ending on 20th March 2026. The tender is valued at £121,488 net, with a gross value of £145,786.

This tender presents a significant opportunity for businesses, especially SMEs and VCSEs, skilled in cyber security and electronic data management to expand their operations or enter the public procurement domain. With a requirement for advanced technology in scanning, digitising, and secure storage, businesses with capabilities in these areas can gain a foothold in a growing market. Compliance with stringent security standards and quality criteria, including Cyber Essentials Plus Certification and ISO/IEC 27001, is essential, catering to businesses well-versed in security and regulatory requirements. The contract offers an initial term of one year with possible extensions, allowing for potential long-term business growth and continuity of service delivery.

How relevant is this notice?

Notice Information

Notice Title

WBS-FTS-59249-Provision of a Scanning and Archiving Service for Welsh Blood Service

Notice Description

The Welsh Blood Service (WBS) has a requirement to retain access to documents or document images over extended periods of up to 40 years. The current provision involves scanning images into a cloud-based system held by the archiving company and scanning onto CD-ROMs as a back-up. WBS staff with appropriate authority can access the system to check any documents as and when necessary for the area/department where they work. The Welsh Blood Service manages a large number of paper and electronic records. Some records must be kept accessible for a period of up to 40 years. WBS records include special category data; therefore, state-of-the-art cyber security is a paramount requirement. It is a requirement to retain Welsh Blood Service records for a period in line with VUNHST Records Policy (further information can be found within the Invitation to Tender Document). The Welsh Blood service requires a system and service where paper records can be held in secure digital format and be readily accessible by authorised members of staff. The contractor is expected to transport, scan and digitise, store and destroy records after authorisation an approximation of 78,000 files a year. The full details are outlined with the tender documents attached within Bravo. https://etenderwales.bravosolution.co.uk. The tender will be awarded to the most advantageous tender based on 60% quality and 40% cost as detailed in the ITT document. Please note that the tender closing date is 27/02/2026 at midday and any late submissions will not be considered. The etenderwales bravosolution ref: project_59249 and itt_122575 Please direct all queries relating to this tender via the messaging function of the Bravo portal. More details can be found at https://etenderwales.bravosolution.co.uk.

Lot Information

Lot 1

Options: The initial contract term is one (1) year. The Contracting Authority reserves the option to extend the contract for two (2) additional period of twelve (12) months, resulting in a maximum potential contract duration of three (3) years. The optional extension period may be exercised subject to satisfactory contractor performance, continued operational need, budget availability, and agreement by both parties. These option allow the Trust to maintain continuity of service and avoid unnecessary procurement activity where continued service delivery is beneficial.

Renewal: There is an option to extend the Initial Term of the Agreement by 12 months followed by an option to extend for a further 12 months. It is at the Trust's discretion to exercise the option to extend. If the Trust wish to exercise their option to extend, the successful bidder will be formally notified.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-061392
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011267-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79995100 - Archiving services

Notice Value(s)

Tender Value
£121,488 £100K-£500K
Lots Value
£121,488 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Feb 2026Today
Submission Deadline
27 Feb 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)
Contact Name
Connor Lloyd
Contact Email
connor.lloyd@wales.nhs.uk
Contact Phone
+442921501054

Buyer Location

Locality
ST ASAPH
Postcode
LL17 0JL
Post Town
Llandudno
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL3 North Wales
Small Region (ITL 3)
TLL33 Conwy and Denbighshire
Delivery Location
TLL Wales

Local Authority
Denbighshire
Electoral Ward
Bodelwyddan
Westminster Constituency
Clwyd North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-061392-2026-02-09T10:23:14Z",
    "date": "2026-02-09T10:23:14Z",
    "ocid": "ocds-h6vhtk-061392",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXWV-6492-CGMN",
            "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXWV-6492-CGMN"
            },
            "address": {
                "streetAddress": "Alder house",
                "locality": "St Asaph",
                "postalCode": "LL17 0JL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKL13"
            },
            "contactPoint": {
                "name": "Connor Lloyd",
                "email": "connor.lloyd@wales.nhs.uk",
                "telephone": "+442921501054"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://nwssp.nhs.wales/ourservices/procurement-services/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-WLS",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Welsh devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXWV-6492-CGMN",
        "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
    },
    "tender": {
        "id": "WBS-FTS-59249",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "WBS-FTS-59249-Provision of a Scanning and Archiving Service for Welsh Blood Service",
        "description": "The Welsh Blood Service (WBS) has a requirement to retain access to documents or document images over extended periods of up to 40 years. The current provision involves scanning images into a cloud-based system held by the archiving company and scanning onto CD-ROMs as a back-up. WBS staff with appropriate authority can access the system to check any documents as and when necessary for the area/department where they work. The Welsh Blood Service manages a large number of paper and electronic records. Some records must be kept accessible for a period of up to 40 years. WBS records include special category data; therefore, state-of-the-art cyber security is a paramount requirement. It is a requirement to retain Welsh Blood Service records for a period in line with VUNHST Records Policy (further information can be found within the Invitation to Tender Document). The Welsh Blood service requires a system and service where paper records can be held in secure digital format and be readily accessible by authorised members of staff. The contractor is expected to transport, scan and digitise, store and destroy records after authorisation an approximation of 78,000 files a year. The full details are outlined with the tender documents attached within Bravo. https://etenderwales.bravosolution.co.uk. The tender will be awarded to the most advantageous tender based on 60% quality and 40% cost as detailed in the ITT document. Please note that the tender closing date is 27/02/2026 at midday and any late submissions will not be considered. The etenderwales bravosolution ref: project_59249 and itt_122575 Please direct all queries relating to this tender via the messaging function of the Bravo portal. More details can be found at https://etenderwales.bravosolution.co.uk.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79995100",
                        "description": "Archiving services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 145786,
            "amount": 121488,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "The full details are outlined with the tender documents attached within Bravo. https://etenderwales.bravosolution.co.uk. Please direct all queries relating to this tender via the messaging function of the Bravo portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "cy"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-27T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-26T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-20T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 145786,
                    "amount": 121488,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "description": "Assessment of the bidder's technical capability, methodology, workforce competence, risk management, resource allocation, and delivery of services as detailed in the tender documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Evaluation of total benchmarked contract cost.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "description": "Assessment of the bidder's technical capability, methodology, workforce competence, risk management, resource allocation, and delivery of services as detailed in the tender documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Evaluation of total benchmarked contract cost.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Supplier MUST comply with BS 10008: 1&2 2020 Evidential weight and legal admissibility of electronic information."
                        },
                        {
                            "type": "technical",
                            "description": "The supplier MUST be fully compliant with all industry standard current Cyber Security requirements, and provide evidence against the following security standards: * IGT Level 3 Compliant * Cyber Essential (Plus Certification within 6 months of contract award) * Complies with recognised datacentre standard (for example CSA CCM version 3.0) * Complies with IT Health Check and regular Penetration Testing * All data encrypted in transit and at rest and all physical media encrypted * Data sanitisation processes exist and comply with recognised standard, for example CSA CCM version 3.0 or ISO/IEC 27001 - BS EN 15713 The Secure Destruction of Confidential Material (or agreed equivalent). - ISO14001 Environmental Management."
                        },
                        {
                            "type": "economic",
                            "description": "The Supplier MUST comply with BS 10008: 1&2 2020 Evidential weight and legal admissibility of electronic information."
                        },
                        {
                            "type": "technical",
                            "description": "The supplier MUST be fully compliant with all industry standard current Cyber Security requirements, and provide evidence against the following security standards: * IGT Level 3 Compliant * Cyber Essential (Plus Certification within 6 months of contract award) * Complies with recognised datacentre standard (for example CSA CCM version 3.0) * Complies with IT Health Check and regular Penetration Testing * All data encrypted in transit and at rest and all physical media encrypted * Data sanitisation processes exist and comply with recognised standard, for example CSA CCM version 3.0 or ISO/IEC 27001 - BS EN 15713 The Secure Destruction of Confidential Material (or agreed equivalent). - ISO14001 Environmental Management."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00",
                    "maxExtentDate": "2029-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend the Initial Term of the Agreement by 12 months followed by an option to extend for a further 12 months. It is at the Trust's discretion to exercise the option to extend. If the Trust wish to exercise their option to extend, the successful bidder will be formally notified."
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract term is one (1) year. The Contracting Authority reserves the option to extend the contract for two (2) additional period of twelve (12) months, resulting in a maximum potential contract duration of three (3) years. The optional extension period may be exercised subject to satisfactory contractor performance, continued operational need, budget availability, and agreement by both parties. These option allow the Trust to maintain continuity of service and avoid unnecessary procurement activity where continued service delivery is beneficial."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "008686-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008686-2026",
                "datePublished": "2026-01-30T19:02:58Z",
                "format": "text/html"
            },
            {
                "id": "011267-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011267-2026",
                "datePublished": "2026-02-09T10:23:14Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "NHS Ts&Cs apply along with the All Wales No PO No Pay Policy."
        }
    },
    "language": "en"
}