Regional Outsourcing Cataracts

A Contract Award Notice
by NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£40M
Sector
HEALTH
Published
18 Jul 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

East Wales: Aneurin Bevan University Health Board Cardiff and Vale University Health Board Cwm Taff Bro Morgannwg University Health Board

Geochart for 1 buyers and 1 suppliers

Description

Outsourcing of Cataracts procedures for Aneurin Bevan, Cardiff and Vale and Cwm Taff Bro Morgannwg University Health Boards

Total Quantity or Scope

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.

Award Detail

1 New Medical Systems (Fareham)
  • Reference: 041402-2025-abu-min-59347-1
  • Value: £40,000,000

Award Criteria

Technical / Quality 55%
Social Value 15%
price 30%

CPV Codes

  • 85100000 - Health services
  • 85111000 - Hospital services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 katy.jones3@wales.nhs.uk 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)

Reference

Domains