Contract

BCU-FCONC-61097 - Non-Obstetric, Obstetric And Anomaly Ultrasound Scanning

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

F03: Contract award notice

Notice identifier: 2025/S 000-074154

Procurement identifier (OCID): ocds-h6vhtk-05e1e9

Published 14 November 2025, 4:24pm



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

Email

gregg.roberts@wales.nhs.uk

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

BCU-FCONC-61097 - Non-Obstetric, Obstetric And Anomaly Ultrasound Scanning

Reference number

BCU-FCONC-61097

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.1.4) Short description

additional Computed Tomography (CT) and Magnetic Resonance Imaging (MRI) on the Health Board sites

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: £651,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85150000 - Medical imaging services

two.2.3) Place of performance

NUTS codes
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

To provide trained Sonographers who are able to complete Non-Obstetric, Obstetric and Anomaly Ultrasound scans using the BCU in-house scanners and in house Radiology Information system and PACs. This service is required to fill a shortage in roster cover by BCU staff.

The provider and BCUHB will hold monthly meetings to agree the service level required, which will be agreed by both parties 2 months in advance.

BCUHB will book the scan lists and will endeavour to provide a Radiology Clinical Support worker for each list. Where this is not possible, BCU will arrange for the provider to provide this support. The provider may also be requested to support with booking patients. There will be no minimum number of scans required to be issued by BCUHB for this service (which will be known as the regular service support)

two.2.5) Award criteria

Quality criterion - Name: Collaboration and Service Sustainability, / Weighting: 10

Quality criterion - Name: Improving access and reducing health inequalities / Weighting: 10

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Responsibility / Weighting: 15

Cost criterion - Name: Value / Weighting: 25

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 procurement falls outside the scope of application of the regulations

Explanation:

Direct Award via Crown Commercial Services (CCS) RM6276 - Insourced Services to Support the Provision of Healthcare (including Clinical Insourcing) framework - Notice published in line with the Health Services (Provider Selection Regime) (Wales) Regulations 2025 (PSR Wales) intention to award notice.

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

BCU-DCO-59130

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 May 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

SCAN ASSURE MEDICAL ULTRASOUND LIMITED

5 Ledsham Close Ledsham Close, Birchwood

Warrington

WA36LY

Telephone

+44 07818057832

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,419,856


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 11:59pm Tuesday 25th 2025. This contract has not yet formally been

awarded; this notice serves as an intention to award under the PSR Wales.

-The successful provider detailed within this notice was assessed against both Basic Selection Criteria & Key Criteria as outlined below.

Basic Selection Criteria

-Activity

-Financial standing

-Technical ability

Key Criteria

-Quality (40%)

-Value (25%)

-Collaboration and Service Sustainability (10%)

-Improving access and reducing health inequalities (10%)

-Social responsibility (15%)

-No conflicts of interest were declared or identified as part of the conflicts assessment process.

(WA Ref:158183)

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