Contract

BCU-FCONC-61752-PET-CT

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

F03: Contract award notice

Notice identifier: 2026/S 000-010568

Procurement identifier (OCID): ocds-h6vhtk-064924

Published 5 February 2026, 3:01pm



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

gethin.barlow@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-61752-PET-CT

Reference number

BCU-FCONC-61752

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is to ensure the maintained availability of a North Wales based PET CT imaging service for the populations of North Wales and North Powys.

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: £476,228

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

This contract is to ensure the maintained availability of a North Wales based PET CT imaging service for the populations of North Wales and North Powys.

PET CT is a form of specialised medical imaging involving the administration of radiopharmaceuticals and, in Wales, is a service commissioned by the NHS Wales Joint Commissioning Committee (JCC). The availability of PET imaging is crucial in the management of a variety of diseases but particularly cancer. PET CT scans can provide greater staging certainty, increasing the likelihood of the correct therapeutic treatment option being chosen and reducing the use of sometimes unnecessary surgical approaches with high morbidity risks. PET CT has been shown to change proposed treatment in around 40% of cases. Staging certainty improves accuracy of cancer datasets which in turn allow outcomes to be more accurately attributed and understood. There is increasing use of PET CT in non-oncology indications with the recent adoption of inflammatory and infective indications. It is increasingly used in diagnosing neurological conditions and cardiac disease.

PET CT access is governed in Wales by JCC Policy CP50. PET CT referrals need to fall within a restricted range of funded indications determined by JCC with any other cases only accepted if IPFR (Individual Patient Funding Requests) funding is made available. The clinical indications for PET-CT in Wales are currently less than for England but, as more capacity for PET CT becomes available, these will increase.

This remarketing of the currently contracted service is set against a background of the successful support by Welsh Government approval of the OBC for consolidated PET-CT and Nuclear Medicine service within North Wales, due to open in 2027. This procurement will allow for the continuation of PET-CT service provision to the people of North Wales whilst this consolidated centre is built and established, at which point BCUHB will begin providing this commissioned service.

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 NHS Supply Chain Framework 2021/S 000‑032144- Managed Equipment and Clinical Service Solutions. 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

Alliance Medical Limited

AML Hub, The Woods, Opus 40 Business Park

Warwick

CV345AH

Telephone

+44 1926482222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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 Monday 16th 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 (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:161204)

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