Contract

Planned Care Outsourcing - Spines

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

F03: Contract award notice

Notice identifier: 2025/S 000-040640

Procurement identifier (OCID): ocds-h6vhtk-05609f

Published 16 July 2025, 4:23pm



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

Sarah Yellen

Email

sarah.yellen@wales.nhs.uk

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

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Planned Care Outsourcing - Spines

Reference number

CAV-FCOWC-118267

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Planned Care Outsourcing of Spinal Procedures to reduce patient waiting lists in Cardiff and Vale University Health Board

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: £150,355.17

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85121283 - Orthopaedic services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

This notice is an intention to award a contract based on a framework agreement with a competition. A mini-competition has been conducted under the NHS Wales Shared Services Partnership Framework Agreement for Outsourcing / Insourcing of Clinical, Surgical & Diagnostic Services Reference Number PRO-OJEULT-50776.

The mini-competition was run to establish a contract to cover Outsourcing to address the back-log of patients in respect of the spinal procedures which will include pre-assessment, diagnostics, surgery and follow up with the intention to support delivery to reduce the number of patients waiting on the inpatient waiting list.

The intention to split the award contract over two providers with 50% allocated to each for a combined total of 20 cases to be completed by end of September 2025 with options to extend cohort patients numbers beyond September 25 to 31st March 26, subject to further funding approval.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Quality criterion - Name: Social Value / Weighting: 15

Cost criterion - Name: Financial / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend cohort patients numbers beyond September 25 to 31st March 26, subject to further funding approval.

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is an intention to award notice under the Health Services (Provider Selection Regime) (Wales) Regulations 2025 ('the PSR Wales')

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

CAV-FCOWC-118267

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 July 2025

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

NUFFIELD HEALTH

Epsom Gateway, Ashley Avenue

Epsom

KT185AL

Telephone

+44 7769644086

Country

United Kingdom

NUTS code
  • UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME

No

five.2.3) Name and address of the contractor

Spire Cardiff Hospital

Croescadarn Road, Pontprennau

Cardiff

CF238XL

Country

United Kingdom

NUTS code
  • UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME

No

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

Total value of the contract/lot: £150,355.17


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime Wales (PSR Wales) intention to award notice. The awarding of this contract 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 start of the standstill period. Representations by providers must be made to decision makers by midnight Friday 25th July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.

Any providers that are party to the Framework Agreement for Outsourcing / Insourcing of Clinical, Surgical & Diagnostic Services Reference Number PRO-OJEULT-50776 can send their representations in relation to this proposed award to sarah.yellen@wales.nhs.uk

The award decision makers are relevant staff from Cardiff and Vale University Health Board involved in the provider selection process, these include the roles of General Manager, Deputy General Manager, Planned Care

The successful providers detailed within this notice have been selected as they have achieved the highest overall combined Technical, Commercial and Social Value scores from all providers that submitted a bid. The key criteria assessed as part of the technical section included the providers ability to meet the requirements within the specific timeframe, ability to recover any lost time, how safe and effective care would be delivered under the service, management of staff, managing issues within the service and ability to meet reporting requirements. The commercial section was assessed based on the lowest overall cost offered being awarded 50% with all other offers being scored on a relative scale to the lowest, and the social value scores awarded based on those provided to the supplier as part of the framework award.

No providers were excluded from the procurement process with initial EOI followed by mini competition to those expressing an interest in the EOI

No conflicts of interest were declared or identified as part of the conflicts assessment process

(WA Ref:153516)

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