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
Marc Withers
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
COMMUNITY DIAGNOSTICS CENTRE - CTM
Reference number
CTM-FTS-60239
two.1.2) Main CPV code
- 85110000 - Hospital and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Cwm Taf Morgannwg University Health Board (CTMUHB), acting on behalf of the three Health Boards in South East Wales is seeking to appoint an Independent Service Provider (ISP) as prime contractor to act as a design partner and contributor to the pathway redesign currently being scoped out for diagnostic services under Lot 1 to provide one imaging Community Diagnostic Hub (CDH). In addition, the CDH will also have at the same location, an ISP staffed Endoscopy Suite comprising of up to four rooms co-located with an NHS staffed two room Endoscopy Training Academy.
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: £82,685,737
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL2 - East Wales
two.2.4) Description of the procurement
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
Price - 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
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 111-111111
Section five. Award of contract
Contract No
CTM-FTS-60239
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 November 2025
five.2.2) Information about tenders
Number of tenders received: 7
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: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Alliance Medical Limited
AML Hub, The Woods, Opus 40 Business Park
Warwick
CV345AH
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £82,685,737
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 midnight 5th December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
Representations in relation to this proposed award to marc.withers@wales.nhs.uk and gareth.hudson@wales.nhs.uk
The award decision makers are relevant staff from Cwm Taf Morgannwg University Health Board involved in the scoping of requirements and
Welsh Government targets on waiting times, these include the roles of Chief Operating Officer and other Service and Supporting Department Managers.
(WA Ref:158470)
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