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)

INSOURCING OF FULLY STAFFED MOBILE CT UNIT

  • First published: 27 January 2026
  • Last modified: 27 January 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-160664
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
27 January 2026
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Provision of a fully staffed mobile CT service (GE Revolution Evo) operating 7 days/week, 8am–8pm, including 2 HCPC registered radiographers, optional HCA, welfare unit, injector, and full mobilisation/support. 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

Contact person: Ben Evans

Telephone: +44 2921501500

E-mail: ben.evans4@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

INSOURCING OF FULLY STAFFED MOBILE CT UNIT

Reference number: CAV- COFANC-(25-26) 203

II.1.2) Main CPV code

85150000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a fully staffed mobile CT service (GE Revolution Evo) operating 7 days/week, 8am–8pm, including 2 HCPC registered radiographers, optional HCA, welfare unit, injector, and full mobilisation/support.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 352 170.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

85150000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

1. Description of the Health Services to Be Provided

Cardiff & Vale University Health Board intends to award a contract for the provision of a fully staffed mobile Computed Tomography (CT) scanning service, including a GE Revolution Evo 160‑slice CT scanner staffed by two HCPC‑registered CT Radiographers and an optional Healthcare Assistant. The service will operate seven days per week, 8am–8pm, and will provide CT imaging across Body, Neuro, Musculoskeletal (MSK) and Bariatric pathways. A welfare unit supporting patient flow is also included in the service.

2. Statement of the Procurement Route

This notice represents the intention to award a contract via a Direct Award under the NHS Supply Chain Managed Equipment & Clinical Service Solutions (ME&CSS) Framework, without undertaking a further competition.

This route is being used due to urgent diagnostic capacity requirements and the very limited number of suppliers capable of meeting the Health Board’s minimum technical, staffing and mobilisation criteria within the required timescales.

3. Estimated Lifetime Value of the New Contract

The estimated total value of the contract, inclusive of the optional extension period, is:

352,170.00 GBP (ex VAT) for the full potential six‑month term.

4. Estimated Lifetime Value of Any Existing Contract

There is no existing contract for mobile CT services within Cardiff & Vale University Health Board.

This is a new requirement commissioned in response to sustained demand pressures and therefore the estimated lifetime value of any predecessor agreement is 0.00 GBP (Ex VAT).

5. Intended Service Delivery Period

The mobile CT service is intended to operate during the following period:

Initial Term: Approx. 9th February 2026 – 8th April 2026

Optional Extension: Approx. 9th April 2026 – 8th July 2026

II.2.5) Award criteria

Price

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

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 the relevant authority by 05/02/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales'

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: CAV- COFANC-(25-26) 203

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/01/2026

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

Diagnostic Healthcare Ltd

The Royals, 353 Altrincham Road

Manchester

M224BJ

UK

NUTS: UKD34

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 352 170.00  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 05/02/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.

Address for Written Representations

Providers wishing to submit a written representation during the standstill period should write to:

Email: Ben.Evans4@wales.nhs.uk

(Procurement Business Manager, acting on behalf of Cardiff & Vale UHB)

Cardiff & Vale University Health Board has determined that the proposed contracting arrangement—namely, the provision of a fully staffed mobile CT scanning service—is capable of being delivered only by the chosen provider, Diagnostics Healthcare Ltd, due to the following reasons:

Diagnostics Healthcare was the only supplier able to provide a fully staffed mobile GE Revolution Evo CT scanner, meet the required service start date, and deliver the service without mobilisation or additional delivery cost, while demonstrating full compliance with technical and clinical governance requirements.

Based on the nature of the services—high‑risk diagnostic imaging requiring specific equipment, specialist clinical staffing, rapid mobilisation and full compliance with imaging governance standards—Diagnostics Healthcare is the only provider capable of delivering the required service model within the necessary timeframe.

The award decision was made by Cardiff & Vale UHB following recommendation by NWSSP Procurement Services.

The decision‑makers included:

Kyle Rees – General Manager, Radiology, Medical Physics & Clinical Engineering

The award decision‑makers selected Diagnostics Healthcare Ltd for the following reasons:

Diagnostics Healthcare submitted the most economically advantageous compliant proposal.

The provider met all technical, staffing, operational, and governance requirements, including provision of a GE Revolution Evo CT scanner, two HCPC‑registered radiographers, an HCA option, welfare unit, and low‑dose scanning capability.

Diagnostics Healthcare operates under ISO 9001, ISO 27001, ISO 14001, and maintains a strong imaging governance framework, supporting safe delivery of high‑risk clinical services.

The combination of technical compliance, clinical governance, best value and mobilisation capability made Diagnostics Healthcare the only suitable provider.

Excluded Providers

Four providers were excluded because they did not meet the minimum service specification.

All evaluation panel members completed declaration‑of‑interest checks prior to participating in the assessment.

No conflicts of interest or potential conflicts of interest were declared.

Standard NWSSP conflict‑of‑interest procedures were applied:

Individuals were required to declare any real or perceived conflicts.

No declarations were made, therefore no additional conflict‑mitigation actions were required.

No information has been withheld under Regulation 23(1).

All relevant details regarding the award, supplier selection and exclusion decisions have been published or made available to providers.

(WA Ref:160664)

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

27/01/2026

Coding

Commodity categories

ID Title Parent category
85150000 Medical imaging services Health services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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:
ben.evans4@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.