Notice Information
Notice Title
April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 1
Notice Description
This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. Under the Framework for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures, there are annual refreshes which allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. This notice serves as an award notice of intention for the inclusion of new providers. 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 The length of any ensuing call off contracts is based on the awarding Health Boards/Trusts and their requirements. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.
Lot Information
Facility
NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. 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 main description within this notice details the disciplines.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; 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
Renewal: 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.
InsourcingNWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. 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.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; 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
Renewal: 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.
OutsourcingNWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. 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 This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period with four year extension options available. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; 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
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-155945
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=155945
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F20 - Modification Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85111100 - Surgical hospital services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- ÂŁ200,000,000 ÂŁ100M-ÂŁ1B
Notice Dates
- Publication Date
- 27 Mar 20264 weeks ago
- Submission Deadline
- 3 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Mar 20261 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 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.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF15 7QZ
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- TLL Wales
-
- Local Authority
- Cardiff
- Electoral Ward
- Heath
- Westminster Constituency
- Cardiff North
Further Information
Notice Documents
-
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=OCT549181
April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - 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 -
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAR599060
April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. Under the Framework for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures, there are annual refreshes which allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. This notice serves as an award notice of intention for the inclusion of new providers. 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 The length of any ensuing call off contracts is based on the awarding Health Boards/Trusts and their requirements. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. -
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAR603477
April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 1
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-kuma6s-155945-2026-03-27T00:00:00Z",
"date": "2026-03-27T00:00:00Z",
"ocid": "ocds-kuma6s-155945",
"initiationType": "tender",
"parties": [
{
"id": "org-1",
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
"identifier": {
"legalName": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
},
"address": {
"streetAddress": "4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw",
"locality": "Cardiff",
"region": "UK",
"postalCode": "CF15 7QZ"
},
"contactPoint": {
"email": "amy.chilvers@wales.nhs.uk",
"telephone": "+44 2921501500",
"url": "https://etenderwales.ukp.app.jaggaer.com/web/login.shtml",
"name": "AMY CHILVERS"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://nwssp.nhs.wales/ourservices/procurement-services/"
}
},
{
"id": "org-2",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-28",
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
"identifier": {
"legalName": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
},
"address": {
"streetAddress": "2nd Floor, Woodland House, Maes-Y-Coed Road",
"locality": "Cardiff",
"region": "UKL22",
"postalCode": "CF14 4HH"
},
"contactPoint": {
"name": "Marisa Riley",
"email": "marisa.riley2@wales.nhs.uk",
"telephone": "+44 2921501500"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
},
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://nwssp.nhs.wales/ourservices/procurement-services/"
}
},
{
"id": "org-67",
"name": "OPTEGRA UK LIMITED",
"identifier": {
"legalName": "OPTEGRA UK LIMITED"
},
"address": {
"streetAddress": "7 The Technology Park, Colindeep Lane",
"locality": "London",
"region": "UKI",
"postalCode": "NW96BX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-68",
"name": "CHESHIREMEDICA LTD",
"identifier": {
"legalName": "CHESHIREMEDICA LTD"
},
"address": {
"streetAddress": "Kelsall Surgical Centre, Church Street",
"locality": "Kelsall",
"region": "UKD6",
"postalCode": "CW60QG"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-69",
"name": "VALE EYE SURGEONS LIMITED",
"identifier": {
"legalName": "VALE EYE SURGEONS LIMITED"
},
"address": {
"streetAddress": "32 Rhodfa Mes",
"locality": "Bridgend",
"region": "UK",
"postalCode": "CF315BF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-70",
"name": "InHealth Limited",
"identifier": {
"legalName": "InHealth Limited"
},
"address": {
"streetAddress": "Beechwood Hall, Kingsmead Road",
"locality": "High Wycombe",
"region": "UK",
"postalCode": "HP111JL"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-71",
"name": "VEINCENTRE LIMITED",
"identifier": {
"legalName": "VEINCENTRE LIMITED"
},
"address": {
"streetAddress": "Unit 5 Lyme Drive, Parklands",
"locality": "Stoke-On-Trent",
"region": "UKG23",
"postalCode": "ST46NW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-72",
"name": "Secure Healthcare limited",
"identifier": {
"legalName": "Secure Healthcare limited"
},
"address": {
"streetAddress": "Sun Street",
"locality": "Wolverhampton",
"region": "UKG39",
"postalCode": "WV100BF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-73",
"name": "JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED",
"identifier": {
"legalName": "JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED"
},
"address": {
"streetAddress": "45-51 High Street",
"locality": "Reigate",
"region": "UK",
"postalCode": "RH29AE"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-74",
"name": "Medicspro Ltd",
"identifier": {
"legalName": "Medicspro Ltd"
},
"address": {
"streetAddress": "Copper House , 88 Snakes Lane East",
"locality": "Woodford Green",
"region": "UK",
"postalCode": "IG87HX"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-75",
"name": "MEDSURG ELECTIVE CARE LIMITED",
"identifier": {
"legalName": "MEDSURG ELECTIVE CARE LIMITED"
},
"address": {
"streetAddress": "4 Minster Court, Tuscam Way",
"locality": "Camberley",
"region": "UK",
"postalCode": "GU153YY"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-76",
"name": "Next Step Nursing",
"identifier": {
"legalName": "Next Step Nursing"
},
"address": {
"streetAddress": "10 Saffron Central Square, Croydon",
"locality": "Surrey",
"region": "UKI",
"postalCode": "CR02FT"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-77",
"name": "radiology management solutions",
"identifier": {
"legalName": "radiology management solutions"
},
"address": {
"streetAddress": "C/O Sedulo, 62-66 Deansgate,",
"locality": "Manchester",
"region": "UK",
"postalCode": "M32EN"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-78",
"name": "Secure Healthcare limited",
"identifier": {
"legalName": "Secure Healthcare limited"
},
"address": {
"streetAddress": "Sun Street",
"locality": "Wolverhampton",
"region": "UKG39",
"postalCode": "WV100BF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-79",
"name": "STAFF HEALTH LTD",
"identifier": {
"legalName": "STAFF HEALTH LTD"
},
"address": {
"streetAddress": "Flat 66 Chelsea Vista, Imperial Wharf",
"locality": "London",
"region": "UKI",
"postalCode": "SW62SD"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-80",
"name": "TOMORROW CARDIOVASCULAR LIMITED",
"identifier": {
"legalName": "TOMORROW CARDIOVASCULAR LIMITED"
},
"address": {
"streetAddress": "C/O Wyatt Morris Golland Ltd Park House, 200 Drake Street",
"locality": "Rochdale",
"region": "UK",
"postalCode": "OL161PJ"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-81",
"name": "MEDICURE PROFESSIONALS LIMITED",
"identifier": {
"legalName": "MEDICURE PROFESSIONALS LIMITED"
},
"address": {
"streetAddress": "Camperdene House, High Street",
"locality": "Chipping Campden",
"region": "UKK13",
"postalCode": "GL556AT"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-82",
"name": "RM MEDICS LTD",
"identifier": {
"legalName": "RM MEDICS LTD"
},
"address": {
"streetAddress": "Suite K, Sandland Court The Pilgrim Centre, Brickhill Drive",
"locality": "Bedford",
"region": "UKH24",
"postalCode": "MK417PZ"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-83",
"name": "InHealth Limited",
"identifier": {
"legalName": "InHealth Limited"
},
"address": {
"streetAddress": "Beechwood Hall, Kingsmead Road",
"locality": "High Wycombe",
"region": "UK",
"postalCode": "HP111JL"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-84",
"name": "VEINCENTRE LIMITED",
"identifier": {
"legalName": "VEINCENTRE LIMITED"
},
"address": {
"streetAddress": "Unit 5 Lyme Drive, Parklands",
"locality": "Stoke-On-Trent",
"region": "UKG23",
"postalCode": "ST46NW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-85",
"name": "HG MIND WORKS LTD",
"identifier": {
"legalName": "HG MIND WORKS LTD"
},
"address": {
"streetAddress": "Camperdene House High Street, Chipping Campden",
"locality": "Gloucestershire",
"region": "UKK13",
"postalCode": "GL556AT"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-86",
"name": "NATIONAL CLINICAL INSOURCING LIMITED",
"identifier": {
"legalName": "NATIONAL CLINICAL INSOURCING LIMITED"
},
"address": {
"streetAddress": "105-109 Sumatra Road",
"locality": "London",
"region": "UKI",
"postalCode": "NW61PL"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-87",
"name": "COMPLEO HEALTH LIMITED",
"identifier": {
"legalName": "COMPLEO HEALTH LIMITED"
},
"address": {
"streetAddress": "2a Beehive Mill, Jersey Street",
"locality": "Manchester",
"region": "UKD33",
"postalCode": "M46JG"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-88",
"name": "COMPREHENSIVE CARE LTD",
"identifier": {
"legalName": "COMPREHENSIVE CARE LTD"
},
"address": {
"streetAddress": "Office 3-13 Ivy Business Centre Crown Street, Failsworth",
"locality": "Manchester",
"region": "UKD33",
"postalCode": "M359BG"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-89",
"name": "4 WAYS HEALTHCARE LIMITED",
"identifier": {
"legalName": "4 WAYS HEALTHCARE LIMITED"
},
"address": {
"streetAddress": "Nexus House Boundary Way, Hemel Hempstead Industrial Estate",
"locality": "Hemel Hempstead",
"region": "UKH23",
"postalCode": "HP27SJ"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-3",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-63",
"name": "OPTEGRA UK LIMITED",
"identifier": {
"legalName": "OPTEGRA UK LIMITED"
},
"address": {
"streetAddress": "7 The Technology Park, Colindeep Lane",
"locality": "London",
"region": "UKI",
"postalCode": "NW96BX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-62",
"name": "CHESHIREMEDICA LTD",
"identifier": {
"legalName": "CHESHIREMEDICA LTD"
},
"address": {
"streetAddress": "Kelsall Surgical Centre, Church Street",
"locality": "Kelsall",
"region": "UKD6",
"postalCode": "CW60QG"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-64",
"name": "VALE EYE SURGEONS LIMITED",
"identifier": {
"legalName": "VALE EYE SURGEONS LIMITED"
},
"address": {
"streetAddress": "32 Rhodfa Mes",
"locality": "Bridgend",
"region": "UK",
"postalCode": "CF315BF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-6",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
"id": "org-1"
},
"tender": {
"id": "ocds-kuma6s-155945-tender-163471-PRO-OJEULT-50776",
"title": "April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 1",
"description": "This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. Under the Framework for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures, there are annual refreshes which allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. This notice serves as an award notice of intention for the inclusion of new providers. 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 The length of any ensuing call off contracts is based on the awarding Health Boards/Trusts and their requirements. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.",
"status": "complete",
"items": [
{
"id": "3",
"additionalClassifications": [
{
"id": "85111100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "3"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "85111100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "85111100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "1",
"classification": {
"id": "85111100",
"scheme": "CPV"
}
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.etenderwales.bravosolution.co.uk",
"tenderPeriod": {
"endDate": "2025-11-03T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-11-03T12:00:00Z"
},
"documents": [
{
"id": "OCT549181",
"documentType": "contractNotice",
"title": "April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing",
"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",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=OCT549181",
"format": "text/html"
},
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "MAR599060",
"documentType": "awardNotice",
"title": "April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing",
"description": "This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. Under the Framework for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures, there are annual refreshes which allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. This notice serves as an award notice of intention for the inclusion of new providers. 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 The length of any ensuing call off contracts is based on the awarding Health Boards/Trusts and their requirements. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAR599060",
"format": "text/html"
},
{
"id": "MAR603477",
"documentType": "awardNotice",
"title": "April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 1",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAR603477",
"format": "text/html"
}
],
"lots": [
{
"id": "3",
"title": "Facility",
"description": "NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. 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 main description within this notice details the disciplines.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; 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",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Social Value",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
}
},
{
"id": "2",
"title": "Insourcing",
"description": "NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. 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.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; 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",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Social Value",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
}
},
{
"id": "1",
"title": "Outsourcing",
"description": "NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. 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 This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period with four year extension options available. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; 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",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Social Value",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2025-11-03T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As listed in the tender documents."
}
]
},
"submissionTerms": {
"languages": [
"en",
"cy"
]
},
"classification": {
"id": "85111100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "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."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2026/S 000-024224"
}
],
"description": "This is a Provider Selection Regime Wales (PSR Wales) intention to award notice for the annual refresh under the established framework agreement with competition. The awarding of this framework refresh 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 extension of the standstill period at midnight on Thursday the 2nd of April 2026. This framework refresh has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales. 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 framework is estimated to be GBP200 million. There were no conflicts of interest within this exercise. The award decision makers were representatives from Health Boards in Wales which included Service Managers from Cardiff and Vale University Health Board, Head of Commissioning in Planning and Partnerships from Swansea Bay University Health Board and financial accountant from Aneurin Bevan University Health Board. The successful bidders were selected for award of the contract as they satisfactorily meet the basic selection criteria and the key selection criteria that has been identified as part of this Framework process. The award decision-makers' reasons for selecting the chosen providers: the basic criteria were implemented as pass/fail, these criteria were; Financial position - through the provision of acid test ratio scores and D&B reports. Insurances - demonstration that bidders held or would commit to Employers Liability, Public / Product Liability Insurance, Professional Indemnity Insurance and Medical Malpractice at the expected levels. Cyber Essentials - provision of certificates or confirmation of working towards with a stated deadline Technical and professional abilities - Examples of similar services being provided, staffing provision being demonstrated and provision of HIW/CQC certification for specific lots. The bidders were also measured against the five key criteria with all being assessed by applying a pass/fail metric apart from the Social Responsibility which had a evaluation weighting that would be taken through into any mini competitive tender processes under the framework. The key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework are; a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria to ensure bidders are at a sufficient safe quality clinical levels. b) Value - ranking by price according to NHS tariff to allow direct award options c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix to ensure safe regulatory requirements. 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 ensuring safe regulatory requirements. 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 No bidders were excluded from this Procurement. (WA Ref:163471)",
"links": [
{
"rel": "canonical",
"href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-155945"
},
{
"rel": "canonical",
"href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-155945"
},
{
"rel": "canonical",
"href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-155945"
}
],
"noticetype": "OJEU - F20 - Modification Notice",
"awards": [
{
"id": "ocds-kuma6s-155945-award-162535-39",
"title": "Facility",
"suppliers": [
{
"id": "org-67",
"name": "OPTEGRA UK LIMITED"
},
{
"id": "org-68",
"name": "CHESHIREMEDICA LTD"
},
{
"id": "org-69",
"name": "VALE EYE SURGEONS LIMITED"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ocds-kuma6s-155945-award-162535-40",
"title": "Outsourcing",
"suppliers": [
{
"id": "org-70",
"name": "InHealth Limited"
},
{
"id": "org-67",
"name": "OPTEGRA UK LIMITED"
},
{
"id": "org-68",
"name": "CHESHIREMEDICA LTD"
},
{
"id": "org-71",
"name": "VEINCENTRE LIMITED"
},
{
"id": "org-69",
"name": "VALE EYE SURGEONS LIMITED"
},
{
"id": "org-72",
"name": "Secure Healthcare limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-kuma6s-155945-award-162535-41",
"title": "Insourcing",
"suppliers": [
{
"id": "org-67",
"name": "OPTEGRA UK LIMITED"
},
{
"id": "org-73",
"name": "JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED"
},
{
"id": "org-74",
"name": "Medicspro Ltd"
},
{
"id": "org-75",
"name": "MEDSURG ELECTIVE CARE LIMITED"
},
{
"id": "org-76",
"name": "Next Step Nursing"
},
{
"id": "org-77",
"name": "radiology management solutions"
},
{
"id": "org-72",
"name": "Secure Healthcare limited"
},
{
"id": "org-78",
"name": "SET Healthcare Ltd"
},
{
"id": "org-79",
"name": "STAFF HEALTH LTD"
},
{
"id": "org-80",
"name": "TOMORROW CARDIOVASCULAR LIMITED"
},
{
"id": "org-81",
"name": "MEDICURE PROFESSIONALS LIMITED"
},
{
"id": "org-82",
"name": "RM MEDICS LTD"
},
{
"id": "org-83",
"name": "UK VEIN CLINIC LTD"
},
{
"id": "org-68",
"name": "CHESHIREMEDICA LTD"
},
{
"id": "org-84",
"name": "IMAGINATAL SERVICES LTD"
},
{
"id": "org-69",
"name": "VALE EYE SURGEONS LIMITED"
},
{
"id": "org-85",
"name": "HG MIND WORKS LTD"
},
{
"id": "org-86",
"name": "NATIONAL CLINICAL INSOURCING LIMITED"
},
{
"id": "org-87",
"name": "COMPLEO HEALTH LIMITED"
},
{
"id": "org-88",
"name": "COMPREHENSIVE CARE LTD"
},
{
"id": "org-89",
"name": "4 WAYS HEALTHCARE LIMITED"
}
],
"relatedLots": [
"2"
]
},
{
"id": "ocds-kuma6s-155945-award-163471-10",
"title": "Outsourcing",
"suppliers": [
{
"id": "org-83",
"name": "InHealth Limited"
},
{
"id": "org-63",
"name": "OPTEGRA UK LIMITED"
},
{
"id": "org-62",
"name": "CHESHIREMEDICA LTD"
},
{
"id": "org-84",
"name": "VEINCENTRE LIMITED"
},
{
"id": "org-64",
"name": "VALE EYE SURGEONS LIMITED"
},
{
"id": "org-78",
"name": "Secure Healthcare limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ocds-kuma6s-155945-award-162535-39",
"awardID": "ocds-kuma6s-155945-award-162535-39",
"title": "Facility",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2026-03-06T00:00:00Z"
},
{
"id": "ocds-kuma6s-155945-award-162535-40",
"awardID": "ocds-kuma6s-155945-award-162535-40",
"title": "Outsourcing",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2026-03-06T00:00:00Z"
},
{
"id": "ocds-kuma6s-155945-award-162535-41",
"awardID": "ocds-kuma6s-155945-award-162535-41",
"title": "Insourcing",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2026-03-06T00:00:00Z"
},
{
"id": "ocds-kuma6s-155945-award-163471-10",
"awardID": "ocds-kuma6s-155945-award-163471-10",
"title": "Outsourcing",
"status": "active",
"period": {
"durationInDays": 360
},
"value": {
"amount": 200000000,
"currency": "GBP"
},
"items": [
{
"id": "1",
"classification": {
"id": "85111100",
"scheme": "CPV"
},
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "1"
}
],
"dateSigned": "2026-03-06T00:00:00Z",
"amendments": [
{
"id": "ocds-kuma6s-155945-amendment-163471-10",
"description": "Extension of standstill period in line with Health Services (Provider Selection Regime) (Wales) Regulations 2025 which will be at midnight on Thursday the 2nd of April 2026. Please note that there are three modification notices, one for each of the 3 Lots within the Framework Agreement.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Extension of standstill period in line with Health Services (Provider Selection Regime) (Wales) Regulations 2025 which will be at midnight on Thursday the 2nd of April 2026. Please note that there are three modification notices, one for each of the 3 Lots within the Framework Agreement."
}
]
}
],
"bids": {
"statistics": [
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-191",
"measure": "bids",
"value": 6,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-192",
"measure": "smeBids",
"value": 5,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-193",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-194",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-195",
"measure": "electronicBids",
"value": 2,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-196",
"measure": "bids",
"value": 13,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-197",
"measure": "smeBids",
"value": 10,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-198",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-199",
"measure": "foreignBidsFromNonEU",
"value": 13,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-200",
"measure": "electronicBids",
"value": 13,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-201",
"measure": "bids",
"value": 30,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-202",
"measure": "smeBids",
"value": 28,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-203",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-204",
"measure": "foreignBidsFromNonEU",
"value": 30,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-155945-bidsstatistic-162535-205",
"measure": "electronicBids",
"value": 30,
"relatedLot": "2"
}
]
}
}