Contract

External Finance Support

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F03: Contract award notice

Notice identifier: 2026/S 000-012299

Procurement identifier (OCID): ocds-h6vhtk-060280 (view related notices)

Published 11 February 2026, 11:28am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Woodland House, Maes-y-coed Road

Cardiff

CF14 4HH

Contact

Lowri Crossman

Email

Lowri.Crossman@wales.nhs.uk

Telephone

+44 2921501500

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

External Finance Support

Reference number

CAV-MIN-61737

two.1.2) Main CPV code

  • 79412000 - Financial management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract commissions time-limited external support to assist Cardiff and Vale University Health Board in responding to a significant and worsening financial position while operating under Welsh Government oversight and escalation arrangements. The Health Board is forecasting a 56.2m GBP deficit in 2025/26, compared to a 27.7m GBP deficit outturn in 2024/25, and faces a material underlying financial gap in 2026/27 that cannot be addressed through business-as-usual savings alone. In the context of the 2026/27 planning round and the requirement to demonstrate a credible medium-term route to financial sustainability, the Board has agreed to commission independent support to identify the scale and nature of change required to alter the current financial trajectory. The purpose of the assignment is to develop a finite, decision-grade set of approximately five to seven high-impact options that explicitly set out what activity, services or sites would need to slow, stop, be consolidated, decommissioned or traded off in order to materially improve the financial position in 2026/27 and demonstrate a credible path to medium-term financial balance. The focus is on making the consequences of affordability explicit rather than developing narrative strategies, consensus or recommendations on preferred options. Each option must be articulated in granular operational terms, including affected services or sites, the nature of the change, workforce implications linked directly to service and activity change (including WTE impact), financial impact and phasing, delivery dependencies and constraints, and key risks and trade-offs including impacts on access, quality, safety and workforce. Options must clearly distinguish between what could realistically contribute in 2026/27 and what would deliver benefit in later years. The work will complement existing internal savings programmes, bring independent challenge and judgement, avoid optimism bias and untested productivity assumptions, and be delivered at pace within a tight timeframe. Outputs must be suitable for Board consideration and engagement with Welsh Government. The external support will provide analysis and option appraisal only, with all substantive outputs completed by no later than 31 March 2026.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £600,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79412000 - Financial management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff

two.2.4) Description of the procurement

This contract commissions time-limited external support to assist Cardiff and Vale University Health Board in responding to a significant and worsening financial position while operating under Welsh Government oversight and escalation arrangements. The Health Board is forecasting a 56.2m GBP deficit in 2025/26, compared to a 27.7m GBP deficit outturn in 2024/25, and faces a material underlying financial gap in 2026/27 that cannot be addressed through business-as-usual savings alone. In the context of the 2026/27 planning round and the requirement to demonstrate a credible medium-term route to financial sustainability, the Board has agreed to commission independent support to identify the scale and nature of change required to alter the current financial trajectory. The purpose of the assignment is to develop a finite, decision-grade set of approximately five to seven high-impact options that explicitly set out what activity, services or sites would need to slow, stop, be consolidated, decommissioned or traded off in order to materially improve the financial position in 2026/27 and demonstrate a credible path to medium-term financial balance. The focus is on making the consequences of affordability explicit rather than developing narrative strategies, consensus or recommendations on preferred options. Each option must be articulated in granular operational terms, including affected services or sites, the nature of the change, workforce implications linked directly to service and activity change (including WTE impact), financial impact and phasing, delivery dependencies and constraints, and key risks and trade-offs including impacts on access, quality, safety and workforce. Options must clearly distinguish between what could realistically contribute in 2026/27 and what would deliver benefit in later years. The work will complement existing internal savings programmes, bring independent challenge and judgement, avoid optimism bias and untested productivity assumptions, and be delivered at pace within a tight timeframe. Outputs must be suitable for Board consideration and engagement with Welsh Government. The external support will provide analysis and option appraisal only, with all substantive outputs completed by no later than 31 March 2026

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2026/S 000-001731


Section five. Award of contract

Contract No

CAV-MIN-61737

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 February 2026

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

MCKINSEY & COMPANY INC UNITED KINGDOM

The Post Building , 100 Museum Street

London

WC1A1PB

Email

tenderadmin@mckinsey.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £600,000

Total value of the contract/lot: £600,000


Section six. Complementary information

six.3) Additional information

This Procurement was undertaken via mini-competition and therefore, the Health Board is issuing an 4 day voluntary standstill period which is expected to end at midnight at the end of Monday 16th February 2026 that being the 4th working day after the day on which a notice is

being sent by electronic means to all relevant bidders (i.e. counting the day after the sending as day 1).

(WA Ref:161454)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom