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
Contact
Charlie Webber
Telephone
+44 2921501500
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
Outsourcing of CT Services for the Cardiff and Vale University Health Board
Reference number
CAV-FCOWC-(25-26) 77
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
Radiology services within CVUHB is currently operating with a demand capacity deficit in multiple
areas, one of these areas is identified as the CT imaging service.
A procurement exercise was conducted under the NHS Wales Framework Agreement for the Outsourcing/Insourcing of Clinical, Surgical & Diagnostic Services. The specific requirement was for the outsourcing of CT imaging services to support Cardiff and Vale University Health Board (CVUHB) in addressing the significant demand-capacity deficit within its Radiology department.
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: £823,200
two.2) Description
two.2.2) Additional CPV code(s)
- 85111300 - Gynaecological hospital services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Cardiff and Vale University Health Board
two.2.4) Description of the procurement
The aim of this initiative is to secure additional diagnostic capacity to help reduce waiting
lists and address the existing backlog in ultrasound imaging services. The insourced service
will supplement CVUHB’s internal resources while maintaining quality and continuity of care
for patients.
The Health Board is seeking a provider that can deliver a comprehensive, end-to-end non obstetric ultrasound service, including both imaging and diagnostic reporting. The service must be
Delivered by qualified and experienced staff;
Operated independently without impacting CVUHB’s current workforce;
Provided using high-quality ultrasound equipment compatible with CVUHB systems;
Accessible locally, either via mobile infrastructure or at premises close to the Health
Board.
The provider is expected to deliver approximately 15,000 ultrasound scans over a 12-
month contract period, starting in Q2 of the 2025/26 financial year. Service delivery must
run Monday to Friday, 9:00 am – 5:00 pm, with an estimated throughput of 60 patients
per day.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 35
Cost criterion - Name: Financial / Weighting: 50
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 services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
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 02/10/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
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
CAV-FCOWC-(25-26) 60
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 August 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ST JOSEPH'S INDEPENDENT HOSPITAL LIMITED
Harding Avenue, Malpas
Newport
NP206ZE
Telephone
+44 7538315203
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)
Initial estimated total value of the contract/lot: £1,695,980
Total value of the contract/lot: £1,695,980
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 02/10/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
(WA Ref:156008)
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