Tender

BCU-CP-61407- Provision of CBCT Service

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2026/S 000-000527

Procurement identifier (OCID): ocds-h6vhtk-05ffc6

Published 6 January 2026, 9:58am



Section one: Contracting authority

one.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

Contact

Gethin Barlow

Email

gethin.barlow@wales.nhs.uk

Telephone

+44 2921501500

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BCU-CP-61407- Provision of CBCT Service

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.1.4) Short description

BCUHB are seeking providers to provide Cone Beam Computed Tomography (CBCT) imaging and associated reporting across the 3 regions of the healthboard in West, Central & East areas, thus will be on an individual patient basis. BCUHB do not currently have the required equipment to do this service in house, hence the need to outsource.

This service will support safer care provided to Oral Rehabilitation, Orthodontic, Restorative Dentistry and Maxillofacial patients.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

BCUHB is now seeking to appoint a provider to deliver a CBCT service within Maxillofacial /Orthodontic/Restorative services.

The service provider will work closely with Department of Restorative Dentistry, Orthodontics and Oral and Maxillofacial Surgery, whilst the service is hosted in Glan Clwyd Hospital, Betsi Cadwaladr University Health Board, the requirement is to serve patients from Wrexham and Bangor Hospitals (Pan BCU)

The service provider will provide the service on request, (likely monthly referrals). Expected delivery targets: referrals actioned and appointed within 10 days; reporting delivered to the referrer within 10 days of scan date being sent to the reporter.

The data will be transferred in a secure manner as defined in the most contemporaneous Royal College of Radiologists document "Standards for the provision of teleradiology within the United Kingdom" (currently second edition),

The desirable way for the images to be provided to BCU would be for the imaging device connects directly to the BCU Philips PACS node. However, before any imaging takes place, the patient must already have a visit created in the BCU Soliton Radiology Information System (RIS), and therefore the site would need a computer connected to BCU Network Running the BCU soliton RIS Software. The imaging device should then use a dynamic worklist to pull up the correct patient details (this means the operator selects the patient from a pre-populated list rather than typing in the information manually). This helps avoid errors and ensures that only studies for BCU patients are sent to the BCU PACS. No other images or studies from outside patients should be sent to the BCU PACS node, only those that match patients already registered in the BCU RIS.

If the above solution is not able to be provided the supplier must be able to send images in standard DICOM format, either using the desirable method above or using a secure, encrypted platform (such as Egress), to protect patient data. The encrypted message system must allow multiple PACS team members to access the files so the workload of uploading can be shared. Each image transfer must include full patient details: NHS number, date of birth, full name, address, and the study date without chasing other sources for this information. This information is crucial so the BCU team can create the corresponding visit in RIS and ensure the images are correctly matched and uploaded to the patient’s record.

Overall management for the service will be the responsibility of BCUHB

The Services will be delivered at a safe and clean environment, with imaging conducted according to the specification.

BCUHB will provide patient records; imaging request form with patient-specific scanning requirements; prostheses (if necessary); secure file exchange portal. All images will be available electronically in conjunction with a report, in the format described above.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 65

Price - Weighting: 35

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Outlined within the Tender Documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 January 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

16 January 2026

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=159935

(WA Ref:159935)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom