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-61097 - Non-Obstetric, Obstetric And Anomaly Ultrasound Scanning
Reference number: BCU-FCONC-61097
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:
651 000.00
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
To provide trained Sonographers who are able to complete Non-Obstetric, Obstetric and Anomaly Ultrasound scans using the BCU in-house scanners and in house Radiology Information system and PACs. This service is required to fill a shortage in roster cover by BCU staff.
The provider and BCUHB will hold monthly meetings to agree the service level required, which will be agreed by both parties 2 months in advance.
BCUHB will book the scan lists and will endeavour to provide a Radiology Clinical Support worker for each list. Where this is not possible, BCU will arrange for the provider to provide this support. The provider may also be requested to support with booking patients. There will be no minimum number of scans required to be issued by BCUHB for this service (which will be known as the regular service support)
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
SCAN ASSURE MEDICAL ULTRASOUND LIMITED
5 Ledsham Close Ledsham Close, Birchwood
Warrington
WA36LY
UK
Telephone: +44 07818057832
NUTS: UKD61
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:158183)
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