Contract notice
Section I: Contracting
authority
I.1) Name and addresses
York and Scarborough Teaching Hospital NHS Foundation Trust
York Hospital, Wigginton Road
York
YO31 8HE
UK
Contact person: Neil Dodds
Telephone: +44 1723236139
E-mail: neil.dodds1@nhs.net
NUTS: UKE21
Internet address(es)
Main address: https://www.york.nhs.uk
Address of the buyer profile: https://www.york.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-1928.my.site.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
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://atamis-1928.my.site.com/s/Welcome
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
Insourced Non-Obstetric Ultrasound Services YSTH
Reference number: C408717
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.1.4) Short description
PSR Competitive Process for the provision of Insourced Non-Obstetric Ultrasound services.<br/><br/>The Trust is seeking:<br/>Sonographers to perform diagnostic-quality ultrasound scans, and Support Staff to assist with patient preparation, administrative tasks, and workflow efficiency.<br/><br/>CPV code: 85150000-5 medical imaging services.<br/><br/>Insourced staffing provision will be provided for the below range of scans:<br/>• Abdomen <br/>• Renal <br/>• Testes <br/>• Gynae <br/>• Soft Tissue <br/>• MSK (Musculoskeletal)<br/><br/>Up to 6 sessions per day to be provided. The sessions will be spread across multiple sites as required by the Trust to ensure adequate coverage for the population served.<br/><br/>The service may also be extended to other Trusts in the ICB (Hull University Teaching Hospitals NHS Trust and Northern Lincolnshire & Goole NHS Foundation Trust) as circumstances may require.<br/><br/>Initially the requirement will be for sessions Monday to Friday, but weekend sessions may also be required. Each day is 09:00hrs to 17:00hrs (30 minute break for lunch) with appointment slots of 20 minutes.<br/><br/>Intended contract will be for an initial period of 01/04/2026 to 31/03/2027 with the option to extend for 2 additional periods of 6mths each.<br/><br/>Estimated total contract value is £1,425,000 for the initial 12 month term and up to £3,000,000 if the full extension options are exercised.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UKE21
Main site or place of performance:
Sites of York and Scarborough Teaching Hospitals NHS Foundation Trust
II.2.4) Description of the procurement
Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a Provider for the provision of Insourced Non-Obstetric Ultrasound Services.<br/><br/>This will be a 2 stage process. Stage 1 is designed to assess Providers to arrive at a shortlist of the top 5 scoring providers. Stage 2 is for the shortlisted providers to complete remaining questions/process for the final Provider selection.<br/><br/>CPV code: 85150000-5 Medical Imaging Services
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2026
End:
31/03/2027
This contract is subject to renewal: No
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:
Yes
Description of options:
Option to extend 2 x 6 months
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All details are contained in the ITT Documents.
III.2) Conditions related to the contract
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:
06/02/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/01/2026
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 Competitive Procedure. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.<br/><br/>To register interest in this bid, please use this link to the Atamis e-procurement portal and register/log-in as a supplier: https://atamis-1928.my.site.com/s/Welcome<br/>When logged in, search for C408717 and register your interest in this opportunity. You should then be able to access the ITT documents for full details of the requirements and how to submit your bid.
VI.4) Procedures for review
VI.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
UK
E-mail: internationalrelationsrudicialoffice@judiciary.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.4.2) Body responsible for mediation procedures
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
UK
E-mail: internationalrelationsrudicialoffice@judiciary.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.5) Date of dispatch of this notice
19/01/2026