Tender

Insourced Non-Obstetric Ultrasound Services YSTH

  • York and Scarborough Teaching Hospital NHS Foundation Trust

F02: Contract notice

Notice identifier: 2026/S 000-004507

Procurement identifier (OCID): ocds-h6vhtk-06092f

Published 19 January 2026, 4:38pm



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

Email

neil.dodds1@nhs.net

Telephone

+44 1723236139

Country

United Kingdom

Region code

UKE21 - York

Internet address(es)

Main address

https://www.york.nhs.uk

Buyer's address

https://www.york.nhs.uk

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

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/