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-61562 - Insourcing the Delivery of Cardiac Physiology Diagnostic Services
Reference number: BCU-FCONC-61562
II.1.2) Main CPV code
85121000
II.1.3) Type of contract
Services
II.1.4) Short description
Betsi Cadwaladr University Health Board (BCUHB) is inviting proposals from interested Providers to support the delivery of echocardiography diagnostic services from the BCUHB hospital sites at Ysbyty Glan Clwyd in Bodelwyddan.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
72 500.00
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
Betsi Cadwaladr University Health Board (BCUHB) is inviting proposals from interested Providers to support the delivery of echocardiography diagnostic services from the BCUHB hospital sites at Ysbyty Glan Clwyd in Bodelwyddan.
BCUHB currently has three cardiac physiology departments across North Wales that provide various cardiac diagnostics which includes basic heart monitoring to implants. The service runs Monday to Friday with some weekend work. However, due to capacity and demand mismatch, long-term sickness and vacancies, there is insufficient capacity to meet the required 8-week diagnostic waiting time target. Current waiting times are excessive, and consequently, additional service capacity is required for a limited time to help reduce waiting times and support service delivery of the service.
This document sets out the specific requirements of the Health Board in terms of the services required and the associated terms and conditions that will underpin any agreement entered into.
BCUHB require provision for performing and reporting echocardiography diagnostics. All clinicians are required to be suitably qualified with appropriate experience and accreditation to carry out the procedures listed. Services must comply with the standards and recommendations issued by the British Society of Echocardiography (BSE).
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
Betsi Cadwaladr University Health Board are looking to utilise a direct award via Shared Business Services (SBS) – Insourcing of Clinical Services – SBS102023. - 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
ELECTIVE SERVICES LTD
20-22 Wenlock Road
London
N17GU
UK
Telephone: +44 02037718818
NUTS: UKI
The contractor is an SME:
Yes
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 2026. 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:159706)
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