Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Community Diagnostics Centre - CTM

  • First published: 18 August 2025
  • Last modified: 18 August 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-154738
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
18 August 2025
Deadline date:
12 September 2025
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

2.1 Diagnostic services across South-East Wales are under significant pressure, leading to extended waiting times for patients and impacting on a wide range of clinical pathways and services. To provide a sustainable solution to the pressures faced and to deliver further efficiencies through pathway changes, Cwm Taf Morgannwg University Health Board, acting as lead for the contract on behalf of the three University Health Boards in the region (Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB)) wishes to commission a minimum of one imaging Community Diagnostic Hub (CDH) with the option to increase activity and the potential to expand to one further CDH over the course over the contract. The level of growth of activity will be dictated by service demand requirements and will be subject to approval by the Health Boards beyond the initial imaging CDH. In addition, the Health Boards wish to commission the development of a regional Endoscopy Suite comprising up to four rooms to be co-located with an NHS Endoscopy Training Academy with two dedicated training rooms. The CDH and Endoscopy Suite will be ISP staffed, with scope for rotation of NHS employees into these clinical spaces for training purposes. The Endoscopy Training Academy will be developed by the authority and made available to NHS staff for operational purposes once construction is complete. This model is viewed as being more efficient in achieving an accelerated training pathway for trainees in endoscopy without any lowering of standards whereby the co-location of training and service elements enhance decision making and progression to autonomous practice. CPV: 85100000, 85100000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

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

2nd Floor, Woodland House, Maes-Y-Coed Road

Cardiff

CF144HH

UK

Contact person: Lily Prance

Telephone: +44 2921500642

E-mail: Lily.Prance@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://nwssp.nhs.wales/ourservices/procurement-services/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Community Diagnostics Centre - CTM

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

2.1 Diagnostic services across South-East Wales are under significant pressure, leading to extended waiting times for patients and impacting on a wide range of clinical pathways and services. To provide a sustainable solution to the pressures faced and to deliver further efficiencies through pathway changes, Cwm Taf Morgannwg University Health Board, acting as lead for the contract on behalf of the three University Health Boards in the region (Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB)) wishes to commission a minimum of one imaging Community Diagnostic Hub (CDH) with the option to increase activity and the potential to expand to one further CDH over the course over the contract. The level of growth of activity will be dictated by service demand requirements and will be subject to approval by the Health Boards beyond the initial imaging CDH.

In addition, the Health Boards wish to commission the development of a regional Endoscopy Suite comprising up to four rooms to be co-located with an NHS Endoscopy Training Academy with two dedicated training rooms. The CDH and Endoscopy Suite will be ISP staffed, with scope for rotation of NHS employees into these clinical spaces for training purposes. The Endoscopy Training Academy will be developed by the authority and made available to NHS staff for operational purposes once construction is complete. This model is viewed as being more efficient in achieving an accelerated training pathway for trainees in endoscopy without any lowering of standards whereby the co-location of training and service elements enhance decision making and progression to autonomous practice.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

2.1 Diagnostic services across South-East Wales are under significant pressure, leading to extended waiting times for patients and impacting on a wide range of clinical pathways and services. To provide a sustainable solution to the pressures faced and to deliver further efficiencies through pathway changes, Cwm Taf Morgannwg University Health Board, acting as lead for the contract on behalf of the three University Health Boards in the region (Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB)) wishes to commission a minimum of one imaging Community Diagnostic Hub (CDH) with the option to increase activity and the potential to expand to one further CDH over the course over the contract. The level of growth of activity will be dictated by service demand requirements and will be subject to approval by the Health Boards beyond the initial imaging CDH.

In addition, the Health Boards wish to commission the development of a regional Endoscopy Suite comprising up to four rooms to be co-located with an NHS Endoscopy Training Academy with two dedicated training rooms. The CDH and Endoscopy Suite will be ISP staffed, with scope for rotation of NHS employees into these clinical spaces for training purposes. The Endoscopy Training Academy will be developed by the authority and made available to NHS staff for operational purposes once construction is complete. This model is viewed as being more efficient in achieving an accelerated training pathway for trainees in endoscopy without any lowering of standards whereby the co-location of training and service elements enhance decision making and progression to autonomous practice.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 50

Cost criterion: Commercial / Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

3 years extension option

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/09/2025

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 12/09/2025

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=154738

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Social Value

(WA Ref:154738)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

18/08/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Lily.Prance@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.