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-61626 - Additional Modular MRI Scanner at Wrexham Maelor
Reference number: BCU-FCONC-61626
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of an additional staffed modular/mobile MRI scanner and suitable power supply in the form of a generator or UPS type solution as necessary Wrexham Maelor Hospital to be staffed 12 hours days, 7 days per week.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
227 930.00
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
The provider will provide an additional staff MRI scanner and generator, on the Maelor Hospital site Wrexham for an approximate period of 12 weeks from January 2026 until the 31st March 2026. The scanner will operate 12 hours per day 7 days a week.
The requirement is to allow the health board to maintain its current level of capacity and to provide additional capacity to support the delivery of local and national waiting time targets.
The provider will be responsible for all aspects of routine staff management for all their employees engaged on behalf of the Health Board. This will include rostering staff to the agreed schedule, ensuring maintenance of competence, compliance with mandatory training requirements, sickness management and disciplinary procedures.
The provider will take responsibility for the patient care whilst the provider is performing their contractual duties. The provider will ensure that they follow any local scanning protocols. The provider will be liable for the consequences of any misdiagnosis or harm arising directly from failure to follow an agreed protocol, and any associated costs as a result of that misdiagnosis or harm (e.g. putting things right, litigation, and compensation).
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-61626
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 7590527909
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:
: 227 930.00
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 Wednesday 7th January 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:159697)
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
22/12/2025