Award

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 3

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

This public procurement record has 1 release in its history.

AwardUpdate

27 Mar 2026 at 00:00

Summary of the contracting process

NHS Wales Shared Services Partnership-Procurement Services, hosted by Velindre University NHS Trust, is conducting a refresh of its framework agreement for outsourcing and insourcing clinical, surgical, and diagnostic procedures under Lot 3. This procurement exercise, currently at the award update stage, includes services such as breast surgery, endoscopy, cardiology, ophthalmology, and more. The framework, primarily focussed on services, is in its third year with a potential extension available. The intention to award is subject to PSR Wales regulations 2025, and key deadlines include a standstill period ending midnight on 2nd April 2026. The framework's total value is estimated at £200 million, providing services across the region UKL.

This tender offers significant business growth opportunities for companies involved in the relevant medical and surgical fields. With NHS Wales providing a robust framework, suppliers like Cheshiremedica Ltd and Optegra UK Limited, who meet the stringent selection criteria, can leverage this contract to expand operations and reach within Wales. Businesses particularly adept in clinical performance, regulatory compliance, price competitiveness, and facilities provision, including specialised staff and critical care facilities, are well-positioned to benefit. Moreover, the framework emphasises social responsibility, encouraging businesses to contribute to community well-being, reduce carbon footprints, and address health inequalities—all aspects crucial for sustainable growth and development in the healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 3

Notice Description

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. 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

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-163505
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=163505
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
OJEU - F20 - Modification Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
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
£200,000,000 £100M-£1B

Notice Dates

Publication Date
27 Mar 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
6 Mar 20264 weeks ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

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)
TLL51 Central Valleys and Bridgend
Delivery Location
TLL Wales

Local Authority
Rhondda Cynon Taf
Electoral Ward
Taff's Well
Westminster Constituency
Cardiff North

Supplier Information

Number of Suppliers
3
Supplier Names

CHESHIREMEDICA

OPTEGRA

VALE EYE SURGEONS

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-kuma6s-163505-2026-03-27T00:00:00Z",
    "date": "2026-03-27T00:00:00Z",
    "ocid": "ocds-kuma6s-163505",
    "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": {
                "name": "AMY CHILVERS",
                "email": "amy.chilvers@wales.nhs.uk",
                "telephone": "+44 2921501500"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://nwssp.nhs.wales/ourservices/procurement-services/"
            }
        },
        {
            "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-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-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-163505-tender-163505-PRO-OJEULT-50776",
        "title": "April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 3",
        "items": [
            {
                "id": "3",
                "classification": {
                    "id": "85111100",
                    "scheme": "CPV"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "MAR603479",
                "documentType": "awardNotice",
                "title": "April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 3",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAR603479",
                "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. 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",
                "contractPeriod": {
                    "durationInDays": 360
                }
            }
        ],
        "classification": {
            "id": "85111100",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "awards": [
        {
            "id": "ocds-kuma6s-163505-award-163505-8",
            "title": "Facility",
            "suppliers": [
                {
                    "id": "org-62",
                    "name": "CHESHIREMEDICA LTD"
                },
                {
                    "id": "org-63",
                    "name": "OPTEGRA UK LIMITED"
                },
                {
                    "id": "org-64",
                    "name": "VALE EYE SURGEONS LIMITED"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-163505-award-163505-8",
            "awardID": "ocds-kuma6s-163505-award-163505-8",
            "title": "Facility",
            "status": "active",
            "period": {
                "durationInDays": 360
            },
            "value": {
                "amount": 200000000,
                "currency": "GBP"
            },
            "items": [
                {
                    "id": "3",
                    "classification": {
                        "id": "85111100",
                        "scheme": "CPV"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKL"
                        }
                    ],
                    "relatedLot": "3"
                }
            ],
            "dateSigned": "2026-03-06T00:00:00Z",
            "amendments": [
                {
                    "id": "ocds-kuma6s-163505-amendment-163505-8",
                    "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."
                }
            ]
        }
    ],
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2025/S 000-061532"
        }
    ],
    "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:163505)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-163505"
        }
    ],
    "noticetype": "OJEU - F20 - Modification Notice"
}