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