Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
TY Gwent
Cwmbran
NP443HR
Contact
Katy Jones Katy
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
Regional Outsourcing Cataracts
Reference number
ABU-MIN-59347
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Outsourcing of Cataracts procedures for Aneurin Bevan, Cardiff and Vale and Cwm Taff Bro Morgannwg University Health Boards
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: £40,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85111000 - Hospital services
two.2.3) Place of performance
NUTS codes
- UKL2 - East Wales
- UKL16 - Gwent Valleys
- UKL15 - Central Valleys
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Aneurin Bevan University Health Board
Cardiff and Vale University Health Board
Cwm Taff Bro Morgannwg University Health Board
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 NHS Wales Shared Services Partnership Framework Agreement for Outsourcing / Insourcing of Clinical, Surgical & Diagnostic Services Reference Number: PRO-OJEULT-50776.
This mini-competition was run to establish a contract to cover Outsourcing to support the delivery of Cataracts Procedures in South East Wales for Aneurin Bevan University Health Board, Cardiff and Vale University Health Board and
Cwm Taff Bro Morgannwg University Health Board
between July 2025 and end March 2026. The service is expected to be delivered regularly Monday to Friday between the hours of 8am and 6pm during the period. The service will be delivered within 20 miles of the South East Wales Boarder.
two.2.5) Award criteria
Quality criterion - Name: Technical / Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 15%
Price - Weighting: 30%
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
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 a The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (PSR Wales) intention to award notice.
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
ABU-MIN-59347
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 July 2025
five.2.2) Information about tenders
Number of tenders received: 4
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: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NEW MEDICAL SYSTEMS LIMITED
Forum 6, Parkway, Solent Business Park, Whiteley
Fareham
PO157PA
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: £40,000,000
Total value of the contract/lot: £40,000,000
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 Wednesday 30th July 2025. This contract has not yet formally been
awarded; this notice serves as an intention to award under the PSR Wales.
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 Wednesday 30thth 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
The award decision makers are relevant staff from health organisations involved in the provider selection process, these include the roles of Directorate managers and Ophthalmology Consultants.
The successful provider detailed within this notice has been selected as they have achieved the highest overall combined Technical (55%),
Commercial (30%), and Social Value (15%) 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 30% with all other offers being
scored on a relative scale to the lowest, and 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.
-No conflicts of interest were declared or identified as part of the conflicts assessment process
(WA Ref:153681)
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