Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
CH2 1UL
UK
E-mail: info@coch-cps.co.uk
NUTS: UKD63
Internet address(es)
Main address: https://www.coch.nhs.uk/
I.1) Name and addresses
All Relevant Authorities as defined in section 12ZB(7) of the National Health Service Act 2006 (and any successor bodies) shall be eligible users of this framework.
UK
UK
E-mail: info@coch-cps.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.coch-cps.co.uk
I.2) Joint procurement
The contract involves 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
National Framework Agreement for Radiology Capacity Management Solutions (PSR)
Reference number: F/099/RADPSR/25/MH
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.1.4) Short description
The Countess of Chester Hospital NHS Foundation Trust wishes to establish a Framework Agreement under the Health Care Services (Provider Selection Regime) Regulations 2023 (and as amended) (the PSR) for use by all Relevant Authorities (and any future successors to these organisations).
“Relevant authority” is defined in section 12ZB(7) of the National Health Service Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act.
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement.
This framework agreement aims to provide a variety of solutions to allow organisations to maximise the capacity of their radiology departments and significantly reduce the cost of outsourced radiology services by realising the full potential of the scanning resources within the department. This will have two lots:
Lot 1 - Radiology Capacity Management Solutions
Lot 2 - Radiology Capacity Management Solutions with Rent-to-Own Equipment
This framework will run for a term of 4 years.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
25 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
79400000
79620000
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
DESCRIPTION OF SERVICES
Under Lot 1, organisations will seek providers of a variety of radiology capacity management solutions to include professional advice on maximising patient throughput and the provision of clinical staff to facilitate the proposed changes.
REASON FOR NOTICE
This is an intention to award notice to conclude a framework agreement using the competitive process.
LIFETIME VALUE OF AGREEMENT
£25,000,000
RELEVANT AUTHORITIES ABLE TO USE THE AGREEMENT
The Countess of Chester Hospital NHS Foundation Trust wishes to establish a new Framework Agreement under the Health Care Services (Provider Selection Regime) Regulations 2023 (and as amended) (the PSR) for use by all Relevant Authorities (and any future successors to these organisations).
“Relevant authority” is defined in section 12ZB(7) of the National Health Service Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act.
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement.
DURATION OF AGREEMENT
Tje framework will run for a term of 4 years.
II.2.5) Award criteria
Quality criterion: Technical - Quality and Innovation
/ Weighting: 40
Quality criterion: Technical - Integration, collaboration, and service sustainability
/ Weighting: 20
Quality criterion: Technical - Improving access, reducing health inequalities and facilitating choice
/ Weighting: 10
Quality criterion: Technical - Social Value
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 20
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
Lot No: 2
II.2.2) Additional CPV code(s)
33110000
33124000
79400000
79620000
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
DESCRIPTION OF SERVICES
Under Lot 2, organisations will seek providers of a variety of radiology capacity management solutions to include professional advice on maximising patient throughput and the provision of clinical staff to facilitate the proposed changes, alongside finance solutions for rent-to-own equipment.
REASON FOR NOTICE
This is an intention to award notice to conclude a framework agreement using the competitive process.
LIFETIME VALUE OF AGREEMENT
£25,000,000
RELEVANT AUTHORITIES ABLE TO USE THE AGREEMENT
The Countess of Chester Hospital NHS Foundation Trust wishes to establish a new Framework Agreement under the Health Care Services (Provider Selection Regime) Regulations 2023 (and as amended) (the PSR) for use by all Relevant Authorities (and any future successors to these organisations).
“Relevant authority” is defined in section 12ZB(7) of the National Health Service Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act.
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement.
DURATION OF AGREEMENT
The framework will run for a term of 4 years.
II.2.5) Award criteria
Quality criterion: Technical - Quality and Innovation
/ Weighting: 40
Quality criterion: Technical - Integration, collaboration and service sustainability
/ Weighting: 20
Quality criterion: Technical - Improving access, reducing health inequalities, and facilitating choice
/ Weighting: 10
Quality criterion: Technical - Social Value
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 20
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-002126
Section V: Award of contract
Lot No: 1
Contract No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AM Diagnostic Imaging Ltd
Stanley
UK
NUTS: UKC22
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Globe Workforce Solutions Limited
London
UK
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:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 3
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Medicare Insourcing Services Limited
London
UK
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:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 4
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Medispace Diagnostics Ltd
Warrington
UK
NUTS: UKD61
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 5
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Parallel Imaging Solutions Limited
Colwyn Bay
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 6
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Radiology Management Solutions Limited
Manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 7
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AM Diagnostic Imaging Ltd
Stanley
UK
NUTS: UKC22
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 8
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/05/2025
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Radiology Capacity Management Solutions Limited
manchester
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight at the end of Tuesday 20th May 2025. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework
agreement under the PSR.
Written representations should be made to: info@coch-cps.co.uk
The decision was proposed by a Senior Commercial Specialist at Countess of Chester Hospital NHS Foundation Trust, and approved by the Commercial Procurement Manager and the Director of Commercial Procurement Services for Countess of Chester Hospital NHS Foundation Trust.
No conflicts of interest were detected or declared during the procurement process.
The relative importance of the key criteria that the relevant authority used to make a decision are set out at section II.2.5 of this notice. Each of the 5 Key Criteria elements were weighted in consideration of the subject-matter and with a view to securing the needs of the people who use the services, improving the quality of the services, and improving the efficiency of the provision of the services.
The chosen providers met the selection criteria and met or exceeded the published required minimum total score of 60% across the key criteria for award to the Framework Agreement.
VI.4) Procedures for review
VI.4.1) Review body
Countess of Chester Hospital NHS Foundation Trust
Chester
UK
VI.4.2) Body responsible for mediation procedures
Countess of Chester Hospital NHS Foundation Trust
Chester
UK
E-mail: info@coch-cps.co.uk
VI.5) Date of dispatch of this notice
07/05/2025