Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Emma Lane
Telephone
+44 2921501375
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.etenderwales.bravosolution.co.uk
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
April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing
Reference number
PRO-OJEULT-50776
two.1.2) Main CPV code
- 85111100 - Surgical hospital services
two.1.3) Type of contract
Services
two.1.4) Short description
NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.
The framework is split into the following lots;
Lot 1 - Outsourcing
Lot 2a - Insourcing with equipment/infrastructure
Lot 2b - Insourcing without equipment and infrastructure
Lot 3 - Facility including all equipment and consumables (Lot 3) and
Lot 3+ - All services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage
The Framework covers 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
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Facility
Lot No
3
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.
This lot is divided into sub lots as follows;
Lot 3 Facility including all equipment and consumables (Lot 3) and
Lot 3+ All services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
The established framework has four yearly extension options available which is in addition to the current framework period up to the 31st March 2027 as outlined in the 18 months stated above.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
This notice is to signal the re-opening the established framework for its annual refresh period. New Providers interested in bidding can submit a tender response via the Bravo Solutions portal as per the link address stated in the notice.
two.2) Description
two.2.1) Title
Insourcing
Lot No
2
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.
Lot 2 is divided into sub lots as follows;
Lot 2a - Insourcing with equipment/infrastructure
Lot 2b - Insourcing without equipment and infrastructure
The main description within this notice details the disciplines.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
The established framework has four yearly extension options available which is in addition to the current framework period up to the 31st March 2027 as outlined in the 18 months stated above.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
This notice is to signal the re-opening the established framework for its annual refresh period. New Providers interested in bidding can submit a tender response via the Bravo Solutions portal as per the link address stated in the notice.
two.2) Description
two.2.1) Title
Outsourcing
Lot No
1
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to run their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures.
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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
The established framework has four yearly extension options available which is in addition to the current framework period up to the 31st March 2027 as outlined in the 18 months stated above.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
This notice is to signal the re-opening the established framework for its annual refresh period. New Providers interested in bidding can submit a tender response via the Bravo Solutions portal as per the link address stated in the notice.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As listed in the tender documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 2021/S 000-021942
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 November 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.7) Conditions for opening of tenders
Date
3 November 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This notice is in relation to the annual refresh of the established Framework Agreement which is in place for four (4) years with an option to extend for up to an additional four (4) years. The framework is currently in year three of the primary four year period.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Framework will undertake annual refreshes to allow (i) new entrants to the market (prospective Bidders) to seek appointment onto the Framework, (ii) existing Framework Providers to seek appointment onto the Framework in relation to alternative or additional Framework Lot(s), an alternative or additional Provider Site(s) and an alternative or additional Discipline, to those for which they were originally appointed onto the Framework and / or (iii) existing Framework Providers can apply to adjust their Framework pricing and / or update their Social Value response in an opportunity to increase their weighting in this area.
Please see below for refresh dates - ITT 98956
Full bid by 3rd November 2025 / appointment to framework 1st April 2026
*In the event the Framework Agreement is extended.
Full bid by November 2026* / appointment to framework 1st April 2027*
Full bid by November 2027* / appointment to framework 1st April 2028*
Full bid by November 2028* / appointment to framework 1st April 2029*
Full bid by November 2029* / appointment to framework 1st April 2030*
Please note that the dates above are estimated dates and firm dates will be advised at the point of each refresh.
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 initial contract terms is estimated to be GBP100 million.
The total contract value including the extension option is estimated to be GBP200 million.
This is a Provider Selection Regime Wales (PSR Wales) Contract Notice. The awarding of any contract under the established Framework Agreement 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.
Bidders should refer to the tender documents for full evaluation criteria, however, the key criteria under PSR will be assessed as follows;
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=155945
(WA Ref:155945)
The buyer considers that this contract is suitable for consortia.
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