Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.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
UK
E-mail: gregg.roberts@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.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
BCU-FCONC-61096 - Modular MRI Scanners, Staffing And Ultrasound Scanning
Reference number: BCU-FCONC-61096
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.1.4) Short description
additional Computed Tomography (CT) and Magnetic Resonance Imaging (MRI) on the Health Board sites
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 468 610.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
BCUHB are seeking additional Computed Tomography (CT) and Magnetic Resonance Imaging (MRI) on the Health Board sites in line with the local service needs, for both core and ad hoc additional capacity to support the delivery of a timely high-quality service to the patients of North Wales.
The provider will provide a regular core service of CT and MRI scanning until 31st March 2026. This will consist of staffing for the BCU owned CT4 CT scanner in Ysbyty Glan Clwyd and provision of staffed Modular MRI scanners in Ysbyty Maelor Wrexham and Ysbyty Glan Clwyd, Bodelwyddan. The staff will be provided to cover 12-hour days, 7 days per week excluding Christmas, Boxing and New Years Day.
II.2.5) Award criteria
Quality criterion: Collaboration and Service Sustainability,
/ Weighting: 10
Quality criterion: Improving access and reducing health inequalities
/ Weighting: 10
Quality criterion: Quality
/ Weighting: 40
Quality criterion: Social Responsibility
/ Weighting: 15
Cost criterion: Value
/ Weighting: 25
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
Direct Award via Crown Commercial Services (CCS) RM6276 - Insourced Services to Support the Provision of Healthcare (including Clinical Insourcing) framework - Notice published in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 (PSR Wales) intention to award notice.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
Contract No: BCU-DCO-59130
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
23/05/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
RADIOLOGY MANAGEMENT SOLUTIONS LIMITED
Bartle House, 9 Oxford Court
Manchester
M23WQ
UK
Telephone: +44 07590527909
NUTS: UKD33
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 5 419 856.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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 11:59pm Tuesday 25th 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
-The successful provider detailed within this notice was assessed against both Basic Selection Criteria & Key Criteria as outlined below.
Basic Selection Criteria
-Activity
-Financial standing
-Technical ability
Key Criteria
-Quality (40%)
-Value (25%)
-Collaboration and Service Sustainability (10%)
-Improving access and reducing health inequalities (10%)
-Social responsibility (15%)
-No conflicts of interest were declared or identified as part of the conflicts assessment process.
(WA Ref:158182)
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
14/11/2025