Tender

Provision of: Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers

  • NHS England

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-015532

Procurement identifier (OCID): ocds-h6vhtk-0656e9

Published 18 February 2026, 12:01pm

Last edited 20 February 2026, 10:15am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

A sub-lot was not listed for both main lots.

Scope

Reference

C419998

Description

NHS England Specialised Commissioning (the "Contracting Authority”) is inviting suitably qualified and experienced suppliers to express an interest in providing Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and/or supplying the Tracers to providers of the Services, by responding to this opportunity. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Contracting Authority and is supporting the ITT.

PET-CT is a specialist diagnostic scan which is used extensively in cancer; it is also used in a relatively small number of other non-cancer specialties, such as neurology and infection and immunity. The scan itself involves the use of radioisotopes (or ‘tracers’) which are injected into the patient around an hour prior to the scan. Tracers can be grouped into those which are produced in cyclotron and hot cell facilities (‘standard tracers’), and those which typically need to be produced in radiopharmacy facilities that are co-located with scanners, due to radioactive half-life considerations (‘non-standard tracers’). Standard tracers account for >90% of PET-CT activity and almost all standard tracer scans involve FDG (a tracer).

The single procurement opportunity will comprise two lots:

Lot 1 - Scanning Services, including the optional supply of Gallium Non-Standard Tracers (NSTs) (the option will be procured by way of variant tenders as explained further below); and

Lot 2 – Supply of Standard Tracers (STs).

Each Lot will comprise of 12 identical Sub-Lots, enabling the pairing of Lot 1 and Lot 2 suppliers so that a complete PET-CT service is available to patients within those 12 Sub-Lot areas.

On completion of the procurement, there will be 12 scanning services, which will together equate to c.50% of the NHS PET-CT market in England. The opportunity also includes a variant bid element within Lot 1, which will allow bidders to put forward proposals to establish up to 6 gallium scanning services nationally, i.e., 1 per NHS England Region included within the procurement opportunity. This is to enable increased access for patients to gallium scans.

It is also proposed to future-proof the provision of amyloid scanning – this will only be activated within the Contracts in the event that approval is given for the use of disease modifying treatments for memory loss conditions and that those treatments require PET-CT amyloid scanning. This step has been taken to futureproof the Contracts for a potential, but not certain, service development.

Form of contracts:

The contracts to be entered into will be:

Lot 1 - Scanning Services: Contracts will be entered into on the form of the NHS Standard Contract 2026/27. Where gallium is to be supplied as part of a consortium, the Contracting Authority will mandate a form of 'sub-contract' for use between the scanning services provider and the gallium supplier.

Lot 2 - Standard Tracer Supply: Contracts will be entered into on the form of a bespoke supply of goods contract (as the NHS Standard Contract is not appropriate for a supply of goods contract). The form of contract will be mandated as a sub-contract between the scanning services provider in the relevant geography in Lot 1 and the standard tracer supplier in the corresponding geography in Lot 2. This model has been used previously to secure PET-CT provision.

Direct Agreements – The Contracting Authority will also enter into a direct agreement with the successful standard tracer suppliers (to ensure proper flow down across all contracts linked to the procurement opportunity).

Open procedure description:

This procurement will follow an Open Procedure. This will be a single stage procurement where Bidders are asked to submit a response to the PSQ and ITT on the same date. Only bidders that pass the PSQ will have their tender response evaluated. No additional steps will be used.

Following publication of this Tender Notice, bidders will be required to complete an EWA before receiving access to the Invitation to Tender (ITT). Completion of these will be a gateway requirement for access to the ITT, and bidders must submit their completed EWA within the timescales set out in this Tender Notice. Following confirmation of compliance, the ITT will be released simultaneously to all eligible bidders (see below) in early March 2026.

Indicative procurement timeline (which is subject to change at NHSE’s discretion):

• Tender Notice publication: 18/02/2026

• Access provided to EWA : 18/02/026

• Deadline for submission of EWA : 04/03/2026

• PSQ and ITT issued to all eligible bidders (see below): early March 2026

• Clarification question period deadline: mid-May 2026

• Final clarification question log issued: mid to late May 2026

• PSQ and ITT submission deadline: early June 2026

Eligible bidders are bidders who have received confirmation from NHSE that their submitted EWA has been counter-signed. Please allow approximately four (4) working days for the Contracting Authority to process your submission and confirm eligibility.

The Contracting Authority may consider allowing late submission of the EWA , however in no circumstances can bidders submit this documentation after 06/03/2026 at 12:00hrs. Bidders who are late to submit their EWA documents will be required to submit their PSQ and ITT responses on the same date as bidders who submit their EWA documents on time.

The PSQ will be assessed on a pass/fail basis covering legal, financial and technical requirements. Tenders from bidders that pass all PSQ criteria will then be evaluated. Bidders who fail the PSQ will be excluded and will not have their tenders evaluated.

A clarification process will operate during the PSQ and ITT period to enable bidders to seek clarification from the Contracting Authority.

Due diligence will be undertaken by the Contracting Authority prior to contract award to provide assurance that there are no material risks that could prevent contract signature i.e. if a Supplier bidding for the contract no longer meets the minimum standards required, and their Tender is rejected as a result, the Contracting Authority reserves the right to award the Contract to the next highest scoring Supplier.

Please note the Contracting Authority reserves the right at any stage of the procurement to abandon the competition and not award a contract. The Contracting Authority also reserves the right to make minor amendments to the procurement documentation (for example, to clarify or refine requirements), provided such changes are not substantial and do not distort competition. If amendments are made, the Contracting Authority will consider whether any corresponding tender deadlines require revision and will issue updated documentation or notices where appropriate.

Total value (estimated)

  • £1,538,781,000 excluding VAT
  • £1,637,936,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2027 to 31 March 2034
  • Possible extension to 31 March 2037
  • 10 years

Description of possible extension:

The contract will have an initial term of seven (7) years, with the option to extend for three (3) additional periods of twelve (12) months each. Any decision to apply an extension will be made in accordance with the terms and conditions of the contract and applicable procurement legislation.

Main procurement category

Services

CPV classifications

  • 85100000 - Health services
  • 33124210 - Radiodiagnostic supplies

Lot constraints

Description of how multiple lots may be awarded:

Lot 1. Scanning Services with optional gallium scanning provision:

Description

Lot 1 Core – The Scanning services only (without the supply of gallium tracers or associated gallium scanning services) – all Scanning Providers are required to bid for. This will include the provision of scanning services involving amyloid tracers.

Lot 1V Variant – Scanning services (including supply of gallium tracers and associated gallium scanning services) – Scanning Providers who submit a tender for Lot 1 Core may also submit a variant tender for Lot 1 Variant if they would also like to offer to supply gallium tracers and provide associated gallium scanning services. Scanning Providers cannot submit a tender for Lot 1 Variant without also submitting a tender for Lot 1 Core.

This main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents including the specific sub-lot values.

Lot 1 Sub-Lots:

Region:

Lot 1: Scanning (plus gallium service (where possible one per region)):

East of England:

Lot 1a – East of England

Midlands:

Lot 1b – West Midlands

Lot 1c – East Midlands

North & East Yorkshire:

Lot 1d – North East & North Cumbria

Lot 1e – Humber & North Yorkshire

Lot 1f – West Yorkshire & Harrogate

Lot 1g – South Yorkshire & Bassetlaw

North West:

Lot 1h – Cheshire & Merseyside

South East:

Lot 1i – Wessex

Lot 1j – Kent & Medway

South West:

Lot 1k – West of England

Lot 1l - Peninsula

Lot 1 value (estimated maximum value) covering 10 year period (including optional extension):

£1,137,177,000 excluding VAT

£1,156,057,000 including VAT (where applicable)

Consisting of (values across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:

– Standard Scans (excluding Amyloid scan but including F 18 PSMA scans): £977,251,000 (ex VAT)

– Non-Standard Scans (Gallium PSMA and SSR or NETs): £130,552,000 (ex VAT)

– Amyloid Scans – Subject to NICE approval: £29,374,000 (ex VAT)

Lot 2. Standard Tracer Supply:

Description:

The supply of standard tracers, including amyloid tracers and F18 PSMA.

All Scanning Services Contracts awarded under Lot 1 will require the Scanning Provider to purchase and use standard tracers. Given the nature of the market, to ensure competitive pricing and sustainable supply nationally, the Contracting Authority will procure standard tracer suppliers under Lot 2.

The successful Scanning Providers from Lot 1 will be required to purchase standard tracers from the Lot 2 ST Supplier(s) in the corresponding Sub-Lot. The Contracting Authority will mandate the form of contract between the Scanning Provider and the corresponding ST Supplier(s).

This main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents. including the specific sub-lot values.

Lot 2 Sub Lots:

Region: Lot 2: Standard Tracer Supply:

East of England:

Lot 2a – East of England

Midlands:

Lot 2b – West Midlands

Lot 2c – East Midlands

North & East Yorkshire:

Lot 2d – North East & North Cumbria

Lot 2e – Humber & North Yorkshire

Lot 2f – West Yorkshire & Harrogate

Lot 2g – South Yorkshire & Bassetlaw

North West:

Lot 2h – Cheshire & Merseyside

South East:

Lot 2i – Wessex

Lot 2j – Kent & Medway

South West:

Lot 2k – West of England

Lot 2l - Peninsula

Lot 2 value (estimated maximum value) covering 10 year period (including optional extension):

£401,604,000 (excluding VAT)

£481,879,000 (including VAT)

Consisting of (across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:

– Standard Tracers (all incl. F18 PSMA): £385,980,000 (ex VAT)

– Amyloid Scans – Subject to NICE approval: £15,624,000 (ex VAT)

Not the same for all lots

Options are shown in Lot sections, because they are not the same for all lots.


Lot 1. Lot 1. Scanning Services with optional gallium scanning provision

Description

Lot 1 Core – The Scanning services only (without the supply of gallium tracers or associated gallium scanning services) – all Scanning Providers are required to bid for. This will include the provision of scanning services involving amyloid tracers.

Lot 1V Variant – Scanning services (including supply of gallium tracers and associated gallium scanning services) – Scanning Providers who submit a tender for Lot 1 Core may also submit a variant tender for Lot 1 Variant if they would also like to offer to supply gallium tracers and provide associated gallium scanning services. Scanning Providers cannot submit a tender for Lot 1 Variant without also submitting a tender for Lot 1 Core.

This main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents including the specific sub-lot values.

Lot 1: Scanning (plus gallium service (where possible one per region)):

Lot 1 Sub-Lots

REGION:

East of England:

Lot 1a – East of England

Midlands:

Lot 1b – West Midlands

Lot 1c – East Midlands

North & East Yorkshire:

Lot 1d – North East & North Cumbria

Lot 1e – Humber & North Yorkshire

Lot 1f – West Yorkshire & Harrogate

Lot 1g – South Yorkshire & Bassetlaw

North West:

Lot 1h – Cheshire & Merseyside

South East:

Lot 1i – Wessex

Lot 1j – Kent & Medway

South West:

Lot 1k – West of England

Lot 1l - Peninsula

Lot 1 value (estimated maximum value) covering 10 year period (including optional extension):

£1,137,177,000 excluding VAT

£1,156,057,000 including VAT (where applicable)

Consisting of (values across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:

– Standard Scans (excluding Amyloid scan but including F 18 PSMA scans): £977,251,000 (ex VAT)

– Non-Standard Scans (Gallium PSMA and SSR or NETs): £130,552,000 (ex VAT)

– Amyloid Scans – Subject to NICE approval: £29,374,000 (ex VAT)

Lot value (estimated)

  • £1,137,177,000 excluding VAT
  • £1,156,057,000 including VAT

Options

The right to additional purchases while the contract is valid.

Variant bids as detailed in the description

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2. Standard Tracer Supply

Description

The supply of standard tracers, including amyloid tracers and F18 PSMA.

All Scanning Services Contracts awarded under Lot 1 will require the Scanning Provider to purchase and use standard tracers. Given the nature of the market, to ensure competitive pricing and sustainable supply nationally, the Contracting Authority will procure standard tracer suppliers under Lot 2.

The successful Scanning Providers from Lot 1 will be required to purchase standard tracers from the Lot 2 ST Supplier(s) in the corresponding Sub-Lot. The Contracting Authority will mandate the form of contract between the Scanning Provider and the corresponding ST Supplier(s).

This main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents. including the specific sub-lot values.

Lot 2: Standard Tracer Supply:

REGION:

East of England:

Lot 2a – East of England

Midlands:

Lot 2b – West Midlands

Lot 2c – East Midlands

North & East Yorkshire:

Lot 2d – North East & North Cumbria

Lot 2e – Humber & North Yorkshire

Lot 2f – West Yorkshire & Harrogate

Lot 2g – South Yorkshire & Bassetlaw

North West:

Lot 2h – Cheshire & Merseyside

South East:

Lot 2i – Wessex

Lot 2j – Kent & Medway

South West:

Lot 2k – West of England

Lot 2l - Peninsula

Lot 2 value (estimated maximum value) covering 10 year period (including optional extension):

£401,604,000 (excluding VAT)

£481,879,000 (including VAT)

Consisting of (across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:

– Standard Tracers (all incl. F18 PSMA): £385,980,000 (ex VAT)

– Amyloid Scans – Subject to NICE approval: £15,624,000 (ex VAT)

Lot value (estimated)

  • £401,604,000 excluding VAT
  • £481,879,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot 1. Lot 1. Scanning Services with optional gallium scanning provision

Lot 2. Lot 2. Standard Tracer Supply

Details can be found in the PSQ

Technical ability conditions of participation

Lot 1. Lot 1. Scanning Services with optional gallium scanning provision

Lot 2. Lot 2. Standard Tracer Supply

Details can be found in the PSQ

Particular suitability

Lot 1. Lot 1. Scanning Services with optional gallium scanning provision

Lot 2. Lot 2. Standard Tracer Supply

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

6 March 2026, 12:00pm

Tender submission deadline

5 June 2026, 5:00pm

Submission address and any special instructions

Submission address and any special instructions

The procurement will be conducted electronically via the eSourcing Portal (Atamis). All communication and document exchange for this procurement will take place through this portal.

Registration:

To register your interest, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome

Project Reference: C419998

Project Title: Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers

Access to procurement documents:

To obtain access to the procurement documentation, suppliers must first request access to the Ethical Wall Agreement (EWA) by following the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome. Suppliers are required to return a signed EWA to the Contracting Authority as a condition of receiving the procurement documents.

Project Reference: C419998

Project Title: Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers

Once your organisation has been validated, the AGCSU Procurement Team will enable access to the procurement event within Atamis.

Pre-qualification requirement:

Completion and submission of the EWA documentation is a mandatory precondition for access to the PSQ and ITT. The Contracting Authority will review submitted documents and confirm eligibility.

Please see the "Open Procedure Description" section for further details.

Support:

For any technical issues with the eSourcing Portal, please contact the Atamis support team:

Emai: support-health@atamis.co.uk

Support Tel: 0800 0988 201

Government Central Digital Platform:

All bidders must be registered on the Government's Central Digital Platform for Supplier Registration before their tender can be accepted by DBS, available at https://supplierregistration.cabinetoffice.gov.uk/. Registration is mandatory under the Procurement Act 2023.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

21 September 2026


Award criteria

Lot 1. Lot 1. Scanning Services with optional gallium scanning provision

This table displays the award criteria of the lot
Name Description Type
Quality

Technical Lot 1 - Quality = 60%

Social Value Lot 1 - Quality = 10%

Quality
Price

Price Lot 1 - Price = 30%

Price

Weighting description

Technical Lot 1 - Quality = 60%

Price Lot 1 - Price = 30%

Social Value Lot 1 - Quality - 10%

Lot 2. Lot 2. Standard Tracer Supply

This table displays the award criteria of the lot
Name Description Type
Quality

Total quality criteria:

Technical Lot 2 - Quality = 30%

Social Value Lot 2 - Quality = 10%

Quality
Price

Price Lot 2 - Price = 60%

Price

Weighting description

Technical Lot 2 - Quality = 30%

Price Lot 2 - Price = 60%

Social Value Lot 2 - Quality = 10%


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

Market engagement process was published in 2025 under Notice Identifier: 2025/S 000-008281


Contracting authority

NHS England

  • Public Procurement Organisation Number: PDPT-3135-BWWY

Wellington House, 133-135 Waterloo Rd

London

SE1 8UG

United Kingdom

Contact name: Surinder Singh Kahlon

Email: surinder.kahlon@nhs.net

Website: https://www.england.nhs.uk/

Region: UKI45 - Lambeth

Organisation type: Public authority - central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

NHS Arden and Greater East Midlands Commissioning Support Unit

Summary of their role in this procurement: Managing the procurement process on behalf of NHS England

  • Public Procurement Organisation Number: PLVR-6647-BVMM

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

United Kingdom

Contact name: Surinder Kahlon

Email: surinder.kahlon@nhs.net

Website: https://www.ardengemcsu.nhs.uk/

Region: UKF11 - Derby


Contact organisation

Contact NHS England for any enquiries.