Contract

BCU-FCONC-61573 - Urology Diagnostic - Insourcing

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

F03: Contract award notice

Notice identifier: 2026/S 000-006227

Procurement identifier (OCID): ocds-h6vhtk-060d69

Published 23 January 2026, 2:01pm



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-61573 - Urology Diagnostic - Insourcing

Reference number

BCU-FCONC-61573

two.1.2) Main CPV code

  • 85121292 - Urologist services

two.1.3) Type of contract

Services

two.1.4) Short description

To support the delivery of Insourced diagnostic Urology 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: £384,980

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)

The Health Board (BCUHB) has identified a need to insource Urology service delivery in order to:

- Provide additional services to support its Elective Recovery Plan for long waiting patients on a RTT pathway.

- Increase access to diagnostics procedures and reduce waiting times for Urgent Suspected Cancer patients through nationally agreed methods.

The external provider will support the delivery of the planned care elective programme inclusive of all points of delivery, including the completion of all clinical administration.

Clinical and Multi-disciplinary support staff, inclusive of medical and nursing will be required to see and treat patients throughout the diagnostic aspect of their pathways i.e Flexible Cystoscopy, Local Anaesthetic Transperineal biopsy.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Quality criterion - Name: Collaboration and Service Sustainability, / Weighting: 15

Quality criterion - Name: Improving access and reducing health inequalities / Weighting: 5

Quality criterion - Name: Social responsibility / Weighting: 5

Cost criterion - Name: Value / Weighting: 30

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 SBS Framework for Insourcing of Clinical Services - SBS10203 - 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 January 2026

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

ID MEDICAL GROUP LIMITED

Unit 2, Mill Square Featherstone Road, Wolverton Mill

Milton Keynes

MK125ZD

Telephone

+44 1908552836

Country

United Kingdom

NUTS code
  • UKJ12 - Milton Keynes
The contractor is an SME

No

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

Total value of the contract/lot: £384,980


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 3rd February 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 (45%)

-Value (30%)

-Collaboration and Service Sustainability (15%)

-Improving access and reducing health inequalities (5%)

-Social responsibility (5%)

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

(WA Ref:160649)

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