Tender

Community Diagnostics Centre - CTM

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

F02: Contract notice

Notice identifier: 2025/S 000-049535

Procurement identifier (OCID): ocds-h6vhtk-0589dd

Published 18 August 2025, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

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

2nd Floor, Woodland House, Maes-Y-Coed Road

Cardiff

CF144HH

Contact

Lily Prance

Email

Lily.Prance@wales.nhs.uk

Telephone

+44 2921500642

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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://etenderwales.bravosolution.co.uk/web/login.shtml

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

Community Diagnostics Centre - CTM

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

2.1 Diagnostic services across South-East Wales are under significant pressure, leading to extended waiting times for patients and impacting on a wide range of clinical pathways and services. To provide a sustainable solution to the pressures faced and to deliver further efficiencies through pathway changes, Cwm Taf Morgannwg University Health Board, acting as lead for the contract on behalf of the three University Health Boards in the region (Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB)) wishes to commission a minimum of one imaging Community Diagnostic Hub (CDH) with the option to increase activity and the potential to expand to one further CDH over the course over the contract. The level of growth of activity will be dictated by service demand requirements and will be subject to approval by the Health Boards beyond the initial imaging CDH.

In addition, the Health Boards wish to commission the development of a regional Endoscopy Suite comprising up to four rooms to be co-located with an NHS Endoscopy Training Academy with two dedicated training rooms. The CDH and Endoscopy Suite will be ISP staffed, with scope for rotation of NHS employees into these clinical spaces for training purposes. The Endoscopy Training Academy will be developed by the authority and made available to NHS staff for operational purposes once construction is complete. This model is viewed as being more efficient in achieving an accelerated training pathway for trainees in endoscopy without any lowering of standards whereby the co-location of training and service elements enhance decision making and progression to autonomous practice.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

2.1 Diagnostic services across South-East Wales are under significant pressure, leading to extended waiting times for patients and impacting on a wide range of clinical pathways and services. To provide a sustainable solution to the pressures faced and to deliver further efficiencies through pathway changes, Cwm Taf Morgannwg University Health Board, acting as lead for the contract on behalf of the three University Health Boards in the region (Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB)) wishes to commission a minimum of one imaging Community Diagnostic Hub (CDH) with the option to increase activity and the potential to expand to one further CDH over the course over the contract. The level of growth of activity will be dictated by service demand requirements and will be subject to approval by the Health Boards beyond the initial imaging CDH.

In addition, the Health Boards wish to commission the development of a regional Endoscopy Suite comprising up to four rooms to be co-located with an NHS Endoscopy Training Academy with two dedicated training rooms. The CDH and Endoscopy Suite will be ISP staffed, with scope for rotation of NHS employees into these clinical spaces for training purposes. The Endoscopy Training Academy will be developed by the authority and made available to NHS staff for operational purposes once construction is complete. This model is viewed as being more efficient in achieving an accelerated training pathway for trainees in endoscopy without any lowering of standards whereby the co-location of training and service elements enhance decision making and progression to autonomous practice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Cost criterion - Name: Commercial / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

3 years extension option

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession


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

12 September 2025

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

12 September 2025

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=154738

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Social Value

(WA Ref:154738)

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