Contract

Outsourcing of CT Services for the Cardiff and Vale University Health Board

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

F20: Modification notice

Notice identifier: 2025/S 000-067320

Procurement identifier (OCID): ocds-h6vhtk-05a05a

Published 22 October 2025, 9:26am



Section one: Contracting authority/entity

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

Ben Evans

Email

charlie.webber@wales.nhs.uk

Telephone

+44 2921501346

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


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.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 at the time of conclusion of the contract:

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.

The scope of services includes:

- Routine and urgent CT imaging for adult outpatients.

- Imaging types: Neuro (45%), Body (50%), and Other (5%) including angiographic, bariatric, and optional cardiac imaging.

- Exclusions: Paediatrics, trial patients, colonography, GA-requiring patients, and guided biopsies.

-Infrastructure: Providers must deliver services from their own facilities or mobile units within ~20 miles of CVUHB.

- Staffing: Minimum of 1 Radiographer and 1 Radiology Assistant, with appropriate

qualifications and registrations.

- Technology: CT scanners must meet or exceed 64-slice capability, with AI-enhanced reconstruction and PACS integration.

- Volume: Estimated 4,000 patients over the contract period (Q1 2025/26 to Q1 2026/27),averaging ~75 patients/week.

The agreement also includes provisions for:

- Booking and appointment management.

- Data sharing and reporting (KPIs, patient experience, incident logs).

- Compliance with NHS Wales policies and HIW registration.

The procurement was initiated to address the following strategic and operational needs:

- Capacity Shortfall: CVUHB’s internal CT imaging service has been under pressure due to equipment limitations and staffing constraints. Previous insourcing arrangements have ended, leaving a gap in service provision.

- Ministerial Targets: The Health Board must meet referral-to-imaging targets within 8 weeks and 14-day cancer diagnostic reporting timelines.

- Patient Safety and Experience: Outsourcing ensures timely access to diagnostic imaging, reducing delays in diagnosis and treatment.

- Operational Continuity: By leveraging external providers, CVUHB can maintain service levels while internal capacity is being developed.

- Flexibility and Scalability: The outsourced model allows for scalable service delivery, including weekend working if required.

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

Duration in months

12

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2025/S 000-058970


Section five. Award of contract/concession

Contract No

CAV-FCOWC-(25-26) 60

Title

Outsourcing of CT Services for the Cardiff and Vale University Health Board

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

15 October 2025

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

ST JOSEPH'S INDEPENDENT HOSPITAL LIMITED

Harding Avenue, Malpas

Newport

NP206ZE

Telephone

+44 7538315203

Country

United Kingdom

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

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £823,200


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime Wales (PSR Wales) confirmation of contract 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 award to a provider under a framework agreement call off with a competition, this notice serves as an award of contract under the PSR Wales.

- Date of contract award: 15/10/2025

- Dates between which the services are intended be provided: Q3 2025/2026 - Q3 2026/2027

- Details of the award decision-makers:

- Kyle Rees - Deputy General Manager for Radiology, Medical Physics & Clinical Engineering, Clinical Diagnostics & Therapeutics Clinical Board, Cardiff & Vale University Local Health Board

- Sian Hewson - Service Manager for Radiology, Medical Physics & Clinical Engineering, Clinical Diagnostics & Therapeutics Clinical Board, Cardiff & Vale University Local Health Board

- Emma Morgan - CT Superintendent Radiographer, Clinical Diagnostics & Therapeutics Clinical Board, Cardiff & Vale University Local Health Board

- Suppliers listed on the Framework Agreement for Provision of Clinical, Surgical and Diagnostics Procedures, Lot 1, CT Scanning were invited to this opportunity.

- No conflicts or potential conflicts of interest of individuals making the decision were declared

(WA Ref:157205)

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


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85150000 - Medical imaging services

seven.1.3) Place of performance

NUTS code
  • UKL22 - Cardiff and Vale of Glamorgan

seven.1.4) Description of the procurement:

This is a Provider Selection Regime Wales (PSR Wales) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded based on a framework agreement with competition.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

12

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£823,200

seven.1.7) Name and address of the contractor/concessionaire

ST JOSEPH'S INDEPENDENT HOSPITAL LIMITED

Harding Avenue, Malpas

Newport

NP206ZE

Telephone

+44 7538315203

Country

United Kingdom

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

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Call off from a framework agreement with a competition confirmation of contract award notice, for the avoidance of doubt, this notice does not represent a modification of contract.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

Call off from a framework agreement with a competition confirmation of contract award notice, for the avoidance of doubt, this notice does not represent a modification of contract.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £823,200

Total contract value after the modifications

Value excluding VAT: £823,200