Section one: Contracting authority
one.1) Name and addresses
York and Scarborough Teaching Hospital NHS Foundation Trust
York Hospital, Wigginton Road
York
YO31 8HE
Contact
Neil Dodds
Telephone
+44 1723236139
Country
United Kingdom
Region code
UKE21 - York
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
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
Insourced Non-Obstetric Ultrasound Services YSTH
Reference number
C408717
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
PSR Competitive Process for the provision of Insourced Non-Obstetric Ultrasound services.
The Trust is seeking:
Sonographers to perform diagnostic-quality ultrasound scans, and Support Staff to assist with patient preparation, administrative tasks, and workflow efficiency.
CPV code: 85150000-5 medical imaging services.
Insourced staffing provision will be provided for the below range of scans:
• Abdomen
• Renal
• Testes
• Gynae
• Soft Tissue
• MSK (Musculoskeletal)
Up to 6 sessions per day to be provided. The sessions will be spread across multiple sites as required by the Trust to ensure adequate coverage for the population served.
The service may also be extended to other Trusts in the ICB (Hull University Teaching Hospitals NHS Trust and Northern Lincolnshire & Goole NHS Foundation Trust) as circumstances may require.
Initially the requirement will be for sessions Monday to Friday, but weekend sessions may also be required. Each day is 09:00hrs to 17:00hrs (30 minute break for lunch) with appointment slots of 20 minutes.
Intended contract will be for an initial period of 01/04/2026 to 31/03/2027 with the option to extend for 2 additional periods of 6mths each.
Estimated total contract value is £1,425,000 for the initial 12 month term and up to £3,000,000 if the full extension options are exercised.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
Sites of York and Scarborough Teaching Hospitals NHS Foundation Trust
two.2.4) Description of the procurement
Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a Provider for the provision of Insourced Non-Obstetric Ultrasound Services.
This will be a 2 stage process. Stage 1 is designed to assess Providers to arrive at a shortlist of the top 5 scoring providers. Stage 2 is for the shortlisted providers to complete remaining questions/process for the final Provider selection.
CPV code: 85150000-5 Medical Imaging Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2027
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: Yes
Description of options
Option to extend 2 x 6 months
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All details are contained in the ITT 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
6 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 January 2026
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 Competitive Procedure. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.
To register interest in this bid, please use this link to the Atamis e-procurement portal and register/log-in as a supplier: https://atamis-1928.my.site.com/s/Welcome
When logged in, search for C408717 and register your interest in this opportunity. You should then be able to access the ITT documents for full details of the requirements and how to submit your bid.
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom