Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

03 Contract Award Notice - Successful Supplier(s)

BCU-FCONC-61752-PET-CT

  • First published: 05 February 2026
  • Last modified: 05 February 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-161204
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
05 February 2026
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This contract is to ensure the maintained availability of a North Wales based PET CT imaging service for the populations of North Wales and North Powys. CPV: 85150000, 85150000.

Full notice text

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: gethin.barlow@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-61752-PET-CT

Reference number: BCU-FCONC-61752

II.1.2) Main CPV code

85150000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This contract is to ensure the maintained availability of a North Wales based PET CT imaging service for the populations of North Wales and North Powys.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 476 228.00  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

This contract is to ensure the maintained availability of a North Wales based PET CT imaging service for the populations of North Wales and North Powys.

PET CT is a form of specialised medical imaging involving the administration of radiopharmaceuticals and, in Wales, is a service commissioned by the NHS Wales Joint Commissioning Committee (JCC). The availability of PET imaging is crucial in the management of a variety of diseases but particularly cancer. PET CT scans can provide greater staging certainty, increasing the likelihood of the correct therapeutic treatment option being chosen and reducing the use of sometimes unnecessary surgical approaches with high morbidity risks. PET CT has been shown to change proposed treatment in around 40% of cases. Staging certainty improves accuracy of cancer datasets which in turn allow outcomes to be more accurately attributed and understood. There is increasing use of PET CT in non-oncology indications with the recent adoption of inflammatory and infective indications. It is increasingly used in diagnosing neurological conditions and cardiac disease.

PET CT access is governed in Wales by JCC Policy CP50. PET CT referrals need to fall within a restricted range of funded indications determined by JCC with any other cases only accepted if IPFR (Individual Patient Funding Requests) funding is made available. The clinical indications for PET-CT in Wales are currently less than for England but, as more capacity for PET CT becomes available, these will increase.

This remarketing of the currently contracted service is set against a background of the successful support by Welsh Government approval of the OBC for consolidated PET-CT and Nuclear Medicine service within North Wales, due to open in 2027. This procurement will allow for the continuation of PET-CT service provision to the people of North Wales whilst this consolidated centre is built and established, at which point BCUHB will begin providing this commissioned service.

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 intends to proceed with a direct award call-off under the NHS Supply Chain Framework 2021/S 000‑032144- Managed Equipment and Clinical Service Solutions. 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-61574

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

Alliance Medical Limited

AML Hub, The Woods, Opus 40 Business Park

Warwick

CV345AH

UK

Telephone: +44 1926482222

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 300 000.00  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 Monday 16th February 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:161204)

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

05/02/2026

Coding

Commodity categories

ID Title Parent category
85150000 Medical imaging services Health services

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gethin.barlow@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.