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