{
    "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"
}