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: Sarah Yellen
Telephone: +44 2921501500
E-mail: sarah.yellen@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.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
Fully Staffed Mobile MRI Trailer University Hospital Llandough
Reference number: CAV-FCOWC-(25-26) 121
II.1.2) Main CPV code
33113000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Introducing a mobile MRI unit will provide clear clinical and operational benefits. It will reduce patient waiting times, enable more timely imaging in relation to outpatient appointments, and relieve pressure on the existing MRI service. This additional capacity will also help stabilise service delivery and allow the Health Board to begin the next financial year with no patients breaching diagnostic targets, creating a sustainable position for managing demand moving forward. Procuring a mobile MRI scanner is therefore both a clinically justified and operationally necessary step to ensure continuity of service, improved patient access, and compliance with Welsh Government directives.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
449 100.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
33113000
51411000
85150000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The MRI service at CAVOC has experienced significant disruption during the current financial year due to an environmental leak that damaged the PEN cabinet, resulting in approximately ten weeks of downtime and the loss of around 560 MRI slots. This unplanned outage has further compounded an existing demand-versus-capacity deficit within the MRI service, which is also under additional pressure due to increased Radiology demand associated with the HBS outpatient in-sourcing contract.
Currently, the Health Board is managing a backlog of around 2,000 patients breaching the eight-week referral-to-diagnostic target set by the Welsh Government. A recovery plan is in place to achieve a zero-breach position by the end of the 2025–26 financial year; however, this target cannot be met without securing additional MRI capacity. The procurement of a mobile MRI scanner from a private provider offers the most immediate and practical solution to recover lost capacity, support ongoing outpatient demand, and ensure compliance with national performance requirements.
Introducing a mobile MRI unit will provide clear clinical and operational benefits. It will reduce patient waiting times, enable more timely imaging in relation to outpatient appointments, and relieve pressure on the existing MRI service. This additional capacity will also help stabilise service delivery and allow the Health Board to begin the next financial year with no patients breaching diagnostic targets, creating a sustainable position for managing demand moving forward. Procuring a mobile MRI scanner is therefore both a clinically justified and operationally necessary step to ensure continuity of service, improved patient access, and compliance with Welsh Government directives.
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
II.2.14) Additional information
A mini competition was managed via the NHS Wales Shared Services Partnership Specialist Estates team utilising the NHS Supply Chain framework – NHSSC 125299-2014. The proposals received against the Health Board requirements were then shared with the evaluating team and recommendation to award was agreed to the lowest bidding provider.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-032144
Section V: Award of contract
Contract No: CAV-FCOWC-25-26 121
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/10/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 6
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:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 449 100.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:157605)
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
30/10/2025