Scope
Reference
PR-4609
Description
Radiation Protection & Dosimetry Services. The Contracting Authorities are looking to appoint a highly qualified all-inclusive radiation protection service including advice from experienced Radiation Protection Advisors for each Lot. This must include the service of suitably qualified Medical Physics Experts for consultation regarding compliance with IRMER 2018 and as amended, provision of HSE approved dosimetry service for individual monitoring and provision of suitable qualified Protection Advisors for advice on non-ionising radiation.The appointed service provider for each Lot will carry out, performance acceptance checks based on Contracting Authority requirements on all medical imaging equipment and periodic assessment checks, as necessary depending on type of equipment and whenever indicated due to unsatisfactory QA results.
Total value (estimated)
- £4,000,000 excluding VAT
- £4,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 31 December 2028
- Possible extension to 31 December 2029
- 4 years
Description of possible extension:
The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months.
Main procurement category
Services
CPV classifications
- 90721600 - Radiation protection services
- 38341200 - Radiation dosimeters
Contract locations
- UK - United Kingdom
Lot 1. Ionising Radiation
Description
The Radiation Protection Services supplier will provide the Contracting Authority's with suitable qualified and experienced Medical Physics Expert (MPE), Radiation Protection Advisors (RPA's) and Radioactive Waste Advisors (RWA's), who will have the following, but not limited to duties and responsibilities, in all departments where work with ionising radiation is undertaken:
• The service provider will advise the Contracting Authority's in respect of methods of complying with the requirements of the relevant statutory provisions and codes of practice, together with any other aspect of radiation safety, which are considered necessary from time to time by the Contracting Authority.
• The service provider will ensure that all hospital departments, where ionising radiations are used and they are periodically visited, in order to review the consultation with heads of departments (or their nominees), the protection measures laid down.
• The need for working environment to be monitored and where necessary, to be surveyed together with a survey of clothing and parts of the body, of staff working in areas where work with radionuclides is undertaken.
• The service provider will provide advice in relation to:
- The need for the working environment to be inspected in all new or modified departments before coming into regular use.
- Whenever the results of environmental and/or personnel monitoring indicate unsatisfactory conditions.
- Whenever it is suspected that doses may be received which are in excess of levels reasonable in the circumstances
- Whenever in-patients return to any hospital ward after treatment with therapeutic quantities of I131
The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Lot value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Non-Ionising Radiation
Description
"Non-ionising radiations" means laser, radio-frequency magnetic resonance imaging, ultra-violet radiations and ultrasound.
Radio-frequency and ultra-violet radiations:
The service provider will also advise the Contracting Authority's with regard to:
•The interpretation and significance of exposures
• Drawing up local rules, where appropriate
• Prior consideration of proposals for new installations having safety implications
• The provision, maintenance and testing of safety features and the requirements for testing personal protective equipment, where appropriate
• Any relevant matters raised by HSE inspectors
On request the service provider will ensure that the output of all PUVA therapy machines is calibrated at least annually.
Laser Radiation:
The service provider will provide the Contracting Authority's with suitably qualified and experienced Laser Protection Advisers (LPA's). The LPA's should hold a certificate of competence provided by RPA 2000 and as amended.
The LPA will provide advice in relation to the requirements of any relevant statutory provisions, international safety standards and guidance for the safe use of either class 3B or 4 medical lasers.
The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Lot value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Nuclear medicine services
Description
The Radiation Protection Services supplier will provide the Contracting Authority's with suitable qualified and experienced Medical Physics Expert (MPE), Radiation Protection Advisors (RPA's) and Radioactive Waste Advisors (RWA's), who will have the following, but not limited to duties and responsibilities, in all departments where Nuclear Medicine services are undertaken:
The service provider will advise the Contracting Authority's in respect of methods of complying with the requirements of the relevant statutory provisions and codes of practice, together with any other aspect of radiation safety, which are considered necessary from time to time by the Contracting Authority.
The service provider will ensure that all departments, where ionising radiations are used and they are periodically visited, in order to review the consultation with heads of departments (or their nominees), the protection measures laid down.
The need for working environment to be monitored and where necessary, to be surveyed together with a survey of clothing and parts of the body, of staff working in areas where work with radionuclides is undertaken.
The service provider will provide advice in relation to:
The need for the working environment to be inspected in all new or modified departments before coming into regular use.
Whenever the results of environmental and/or personnel monitoring indicate unsatisfactory conditions.
Whenever it is suspected that doses may be received which are in excess of levels reasonable in the circumstances
Whenever in-patients return to any hospital ward after treatment with therapeutic quantities of I131
The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Lot value (estimated)
- £400,000 excluding VAT
- £480,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Dosimetry Services
Description
The service provider will provide an HSE approved dosimetry service for individual and body extremity monitoring. The service provider will advise the Contracting Authority's in obtaining from the Environment Agency Inspectorate, as and when required, appropriate registration to keep and use radioactive substances and for the authorisation to dispose of radioactive waste and to advise the Contracting Authority's on the most appropriate manner of compliance with such registration/authorisations.
The service provider will maintain central records summarising waste disposal and check at least annually that Contracting Authority's departments are complying with the conditions of the authorisations or exemption orders.
The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Lot value (estimated)
- £600,000 excluding VAT
- £720,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Magnetic Resonance Imaging Installations
Description
The service provider will provide the Contracting Authority's with suitably qualified and experienced Protection Advisers (PA), who shall have the following duties and responsibilities in all departments where work is undertaken with Magnetic Resonance Imaging (MRI) equipment.
The PA will provide advice regarding the methods of complying with the requirements of any relevant statutory provisions and codes of practice together with any other aspects of radiation safety which are considered necessary by the Contracting Authority.
The PA will provide advice and assistance with regard to:
Assessment of levels of static field exposure to patients in order to check that these are within national guidelines.
Assessment of levels of static field exposure in the working environment in order to check that these are within national guidelines.
Assessment of imaging performance on acceptance and annually thereafter.
Setting up QA tests and training local staff in the performance and interpretation of the tests.
Advice and guidance on the safe operation of MR units and collaboration with local staff in the preparation and regular review of local rules.
Advice and guidance on MRI conditional implants, safe scanning conditions and risk assessments.
The interpretation and significance of exposures
Prior consideration of proposals for new installations
Any relevant matters raised by HSE inspectors
The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Lot value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Same for all lots
CPV classifications, contract locations 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. Ionising Radiation
Lot 2. Non-Ionising Radiation
Lot 3. Nuclear medicine services
Lot 4. Dosimetry Services
Lot 5. Magnetic Resonance Imaging Installations
As specified in the Tender Documents
Technical ability conditions of participation
Lot 1. Ionising Radiation
Lot 2. Non-Ionising Radiation
Lot 3. Nuclear medicine services
Lot 4. Dosimetry Services
Lot 5. Magnetic Resonance Imaging Installations
As specified in the Tender Documents
Particular suitability
Lot 1. Ionising Radiation
Lot 2. Non-Ionising Radiation
Lot 3. Nuclear medicine services
Lot 4. Dosimetry Services
Lot 5. Magnetic Resonance Imaging Installations
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 September 2025, 5:00pm
Tender submission deadline
30 September 2025, 5:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
21 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Technical | Quality | 60% |
Cost to Serve | Price | 30% |
Social Value | Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authorities
Warrington and Halton Teaching Hospitals NHS Foundation Trust
- NHS Organisation Data Service: RWW
Lovely Lane
Warrington
WA5 1QG
United Kingdom
Contact name: Customer Care
Telephone: 01925635911
Email: customercare@htepg.com
Website: https://www.whh.nhs.uk/
Region: UKD61 - Warrington
Organisation type: Public authority - central government
Liverpool Heart and Chest NHS Foundation Trust
- NHS Organisation Data Service: RBQ
Thomas Drive
Liverpool
L14 3PE
United Kingdom
Contact name: Customer Care
Telephone: 01516001038
Email: customercare@htepg.com
Website: https://www.lhch.nhs.uk/
Region: UKD72 - Liverpool
Organisation type: Public authority - central government
Mersey and West Lancashire Teaching Hospital NHS Foundation Trust
- NHS Organisation Data Service: RBN
Whiston Hospital, Warrington Road
Prescot
L35 5DR
United Kingdom
Contact name: Customer Care
Telephone: 01514261600
Email: customercare@htepg.com
Website: https://www.merseywestlancs.nhs.uk/
Region: UKD71 - East Merseyside
Organisation type: Public authority - central government
Countess of Chester Hospitals NHS Foundation Trust
- NHS Organisation Data Service: RJR
The Countess Of Chester Health Park
Chester
CH2 1HJ
United Kingdom
Contact name: Customer Care
Telephone: 01244365000
Email: customercare@htepg.com
Website: https://www.coch.nhs.uk/
Region: UKD63 - Cheshire West and Chester
Organisation type: Public authority - central government
Wirral University Teaching Hospitals NHS Foundation Trust
- NHS Organisation Data Service: RBL
Arrowe Park Road, Upton
Wirral
CH49 5PE
United Kingdom
Contact name: Customer Care
Telephone: 01516785111
Email: customercare@htepg.com
Website: https://www.wuth.nhs.uk/
Region: UKD74 - Wirral
Organisation type: Public authority - central government
The Walton Centre NHS Foundation Trust
- NHS Organisation Data Service: RET
The Walton Centre NHS Foundation Trust, Lower Lane, Liverpool
Liverpool
L9 7LJ
United Kingdom
Contact name: Customer Care
Telephone: 01515253611
Email: customercare@htepg.com
Website: https://www.thewaltoncentre.nhs.uk/
Region: UKD72 - Liverpool
Organisation type: Public authority - central government
East Cheshire NHS Trust
- NHS Organisation Data Service: RJN
Macclesfield District General Hospital, Victoria Road, Macclesfield, Cheshire
Macclesfield
SK10 3BL
United Kingdom
Contact name: Customer Care
Telephone: 01625421000
Email: customercare@htepg.com
Website: https://www.eastcheshire.nhs.uk/
Region: UKD62 - Cheshire East
Organisation type: Public authority - central government
Bridgewater Community Healthcare NHS Foundation Trust
- NHS Organisation Data Service: RY2
Bridgewater Community Healthcare NHS Foundation Trust Europa Point, Europa Boulevard, Warrington
Widnes
WA5 7TY
United Kingdom
Contact name: Customer Care
Telephone: 01514955100
Email: customercare@htepg.com
Website: https://bridgewater.nhs.uk/
Region: UKD61 - Warrington
Organisation type: Public authority - central government
Mid Cheshire Hospitals NHS Foundation Trust
- NHS Organisation Data Service: RBT
Middlewich Road
Crewe
CW1 4QJ
United Kingdom
Contact name: Customer Care
Telephone: 01270255141
Email: customercare@htepg.com
Website: https://www.mcht.nhs.uk/
Region: UKD62 - Cheshire East
Organisation type: Public authority - central government
University Hospitals of Liverpool Group
- NHS Organisation Data Service: REM
Aintree University Hospital, Trust Headquarters, Lower Lane, Fazakerley
Liverpool
L9 7AL
United Kingdom
Contact name: Customer Care
Telephone: 01517062000
Email: customercare@htepg.com
Website: https://www.uhliverpool.nhs.uk/
Region: UKD72 - Liverpool
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.
HealthTrust Europe LLP
Summary of their role in this procurement: On 11th August 2021, Mid and South Essex NHS Foundation Trust (MSE) published a contract notice for procurement partner services. HealthTrust Europe LLP (HTE) was selected to provide these services under the MSE Framework, including access to HTE's public sector frameworks. HTE is now conducting this procurement exercise as part of its services to the Customers under the MSE Framework.
- Companies House: OC358224
19 George Road
Birmingham
B15 1NU
United Kingdom
Contact name: Customer Care
Telephone: 08458875000
Email: customercare@htepg.com
Website: https://www.healthtrusteurope.com
Region: UKG31 - Birmingham