Modification notice
Modification of a contract/concession during its term
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 2921501346
E-mail: charlie.webber@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
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Outsourcing of CT Services for the Cardiff and Vale University Health Board
Reference number: CAV-FCOWC-(25-26) 77
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
85111300
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff and Vale University Health Board
II.2.4) Description of the procurement
A procurement exercise was conducted under the NHS Wales Framework Agreement for the
Outsourcing/Insourcing of Clinical, Surgical & Diagnostic Services. The specific requirement was
for the outsourcing of CT imaging services to support Cardiff and Vale University Health Board
(CVUHB) in addressing the significant demand-capacity deficit within its Radiology department.
The scope of services includes:
- Routine and urgent CT imaging for adult outpatients.
- Imaging types: Neuro (45%), Body (50%), and Other (5%) including angiographic, bariatric, and optional cardiac imaging.
- Exclusions: Paediatrics, trial patients, colonography, GA-requiring patients, and guided biopsies.
-Infrastructure: Providers must deliver services from their own facilities or mobile units within ~20 miles of CVUHB.
- Staffing: Minimum of 1 Radiographer and 1 Radiology Assistant, with appropriate
qualifications and registrations.
- Technology: CT scanners must meet or exceed 64-slice capability, with AI-enhanced reconstruction and PACS integration.
- Volume: Estimated 4,000 patients over the contract period (Q1 2025/26 to Q1 2026/27),averaging ~75 patients/week.
The agreement also includes provisions for:
- Booking and appointment management.
- Data sharing and reporting (KPIs, patient experience, incident logs).
- Compliance with NHS Wales policies and HIW registration.
The procurement was initiated to address the following strategic and operational needs:
- Capacity Shortfall: CVUHB’s internal CT imaging service has been under pressure due to equipment limitations and staffing constraints. Previous insourcing arrangements have ended, leaving a gap in service provision.
- Ministerial Targets: The Health Board must meet referral-to-imaging targets within 8 weeks and 14-day cancer diagnostic reporting timelines.
- Patient Safety and Experience: Outsourcing ensures timely access to diagnostic imaging, reducing delays in diagnosis and treatment.
- Operational Continuity: By leveraging external providers, CVUHB can maintain service levels while internal capacity is being developed.
- Flexibility and Scalability: The outsourced model allows for scalable service delivery, including weekend working if required.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 12
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-058970
Section V: Award of contract/concession
Contract No: CAV-FCOWC-(25-26) 60
Title: Outsourcing of CT Services for the Cardiff and Vale University Health Board
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
15/10/2025
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
ST JOSEPH'S INDEPENDENT HOSPITAL LIMITED
Harding Avenue, Malpas
Newport
NP206ZE
UK
Telephone: +44 7538315203
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 823 200.00
GBP
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime Wales (PSR Wales) confirmation of contract 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 award to a provider under a framework agreement call off with a competition, this notice serves as an award of contract under the PSR Wales.
- Date of contract award: 15/10/2025
- Dates between which the services are intended be provided: Q3 2025/2026 - Q3 2026/2027
- Details of the award decision-makers:
- Kyle Rees - Deputy General Manager for Radiology, Medical Physics & Clinical Engineering, Clinical Diagnostics & Therapeutics Clinical Board, Cardiff & Vale University Local Health Board
- Sian Hewson - Service Manager for Radiology, Medical Physics & Clinical Engineering, Clinical Diagnostics & Therapeutics Clinical Board, Cardiff & Vale University Local Health Board
- Emma Morgan - CT Superintendent Radiographer, Clinical Diagnostics & Therapeutics Clinical Board, Cardiff & Vale University Local Health Board
- Suppliers listed on the Framework Agreement for Provision of Clinical, Surgical and Diagnostics Procedures, Lot 1, CT Scanning were invited to this opportunity.
- No conflicts or potential conflicts of interest of individuals making the decision were declared
(WA Ref:157205)
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
22/10/2025
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
85150000
VII.1.2) Additional CPV code(s)
VII.1.3) Place of performance
NUTS code:
UKL22
VII.1.4) Description of the procurement
This is a Provider Selection Regime Wales (PSR Wales) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded based on a framework agreement with competition.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 12
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 823 200.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
ST JOSEPH'S INDEPENDENT HOSPITAL LIMITED
Harding Avenue, Malpas
Newport
NP206ZE
UK
Telephone: +44 7538315203
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications
Call off from a framework agreement with a competition confirmation of contract award notice, for the avoidance of doubt, this notice does not represent a modification of contract.
VII.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
Call off from a framework agreement with a competition confirmation of contract award notice, for the avoidance of doubt, this notice does not represent a modification of contract.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 823 200.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 823 200.00 Currency: GBP