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
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-61626 - Additional Modular MRI Scanner at Wrexham Maelor
Reference number
BCU-FCONC-61626
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of an additional staffed modular/mobile MRI scanner and suitable power supply in the form of a generator or UPS type solution as necessary Wrexham Maelor Hospital to be staffed 12 hours days, 7 days per week.
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: £227,930
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
The provider will provide an additional staff MRI scanner and generator, on the Maelor Hospital site Wrexham for an approximate period of 12 weeks from January 2026 until the 31st March 2026. The scanner will operate 12 hours per day 7 days a week.
The requirement is to allow the health board to maintain its current level of capacity and to provide additional capacity to support the delivery of local and national waiting time targets.
The provider will be responsible for all aspects of routine staff management for all their employees engaged on behalf of the Health Board. This will include rostering staff to the agreed schedule, ensuring maintenance of competence, compliance with mandatory training requirements, sickness management and disciplinary procedures.
The provider will take responsibility for the patient care whilst the provider is performing their contractual duties. The provider will ensure that they follow any local scanning protocols. The provider will be liable for the consequences of any misdiagnosis or harm arising directly from failure to follow an agreed protocol, and any associated costs as a result of that misdiagnosis or harm (e.g. putting things right, litigation, and compensation).
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-61626
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
RADIOLOGY MANAGEMENT SOLUTIONS LIMITED
Bartle House, 9 Oxford Court
Manchester
M23WQ
Telephone
+44 7590527909
Country
United Kingdom
NUTS code
- UKD33 - Manchester
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £227,930
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 Wednesday 7th January 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:159697)
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