Contract

BCU-FCONC-61626 - Additional Modular MRI Scanner at Wrexham Maelor

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

F03: Contract award notice

Notice identifier: 2025/S 000-085223

Procurement identifier (OCID): ocds-h6vhtk-05fb20

Published 22 December 2025, 9:18am



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-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