Contract

BCU-FCONC-61574 - Histopathology - Outsourcing

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

F03: Contract award notice

Notice identifier: 2026/S 000-003920

Procurement identifier (OCID): ocds-h6vhtk-0607b3

Published 16 January 2026, 1:58pm



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

Email

gregg.roberts@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

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.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-FCONC-61574 - Histopathology - Outsourcing

Reference number

BCU-FCONC-61574

two.1.2) Main CPV code

  • 85121000 - Medical practice services

two.1.3) Type of contract

Services

two.1.4) Short description

To support the delivery of outsourced diagnostic Histopathology and Cytopathology Services for Betsi Cadwaladr University Health Board (BCUHB).

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85150000 - Medical imaging services

two.2.3) Place of performance

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

two.2.4) Description of the procurement

To support the delivery of outsourced diagnostic Histopathology and Cytopathology Services for Betsi Cadwalardr University Health Board (BCUHB)

BCUHB currently provides a centralised diagnostic service for Cellular Pathology, however, laboratory and reporting capacity is being regularly challenged and a current backlog of cases to include wet cases, cases awaiting microtomy and cases ready for reporting exists within the department.

To maintain the diagnostic service with Cellular Pathology, an out-sourcing solution is required that can provide laboratory service in a UKAS accredited establishment together with Cellular Pathology reporting of either glass and / or digital whole slide images across a range of specialities. It is required that all reporting Pathologists engaged in this support must hold the FRCPath and have appropriate memberships of EQA Schemes in accordance with their sub-speciality.

two.2.5) Award criteria

Quality criterion - Name: Collaboration and Service Sustainability, / Weighting: 10

Quality criterion - Name: Improving access and reducing health inequalities / Weighting: 10

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Responsibility / Weighting: 15

Cost criterion - Name: Value / Weighting: 25

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Betsi Cadwaladr University Health Board intends to proceed with a direct award call-off under the Countess of Chester Hospital NHS Framework utilising the National Framework Agreement for Teleradiology, Telepathology, and Telemedicine Services (Reference: F/103/TTTPSR/25/AB) - Notice published in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 (PSR Wales) intention to award notice.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

BCU-DCO-61574

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 May 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other 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

five.2.3) Name and address of the contractor

DIAGNEXIA UK LIMITED

45 Gresham Street

London

EC2V7BG

Telephone

+44 78790855

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

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

Total value of the contract/lot: £300,000


Section six. Complementary information

six.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 11:59pm Tuesday 27th January 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.

-The successful provider detailed within this notice was assessed against both Basic Selection Criteria & Key Criteria as outlined below.

Basic Selection Criteria

-Activity

-Financial standing

-Technical ability

Key Criteria

-Quality (40%)

-Value (25%)

-Collaboration and Service Sustainability (10%)

-Improving access and reducing health inequalities (10%)

-Social responsibility (15%)

-No conflicts of interest were declared or identified as part of the conflicts assessment process.

(WA Ref:160428)

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