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
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
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