Tender

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing

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

F02: Contract notice

Notice identifier: 2025/S 000-061532

Procurement identifier (OCID): ocds-h6vhtk-02dd25 (view related notices)

Published 2 October 2025, 9:14am



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

Email

emma.lane@wales.nhs.uk

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