Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Person cyswllt: Ben Evans
Ffôn: +44 2921501500
E-bost: ben.evans4@wales.nhs.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://nwssp.nhs.wales/ourservices/procurement-services/
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
INSOURCING OF FULLY STAFFED MOBILE CT UNIT
Cyfeirnod: CAV- COFANC-(25-26) 203
II.1.2) Prif god CPV
85150000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Provision of a fully staffed mobile CT service (GE Revolution Evo) operating 7 days/week, 8am–8pm, including 2 HCPC registered radiographers, optional HCA, welfare unit, injector, and full mobilisation/support.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 352 170.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85150000
II.2.3) Man cyflawni
Cod NUTS:
UKL22
II.2.4) Disgrifiad o’r caffaeliad
1. Description of the Health Services to Be Provided
Cardiff & Vale University Health Board intends to award a contract for the provision of a fully staffed mobile Computed Tomography (CT) scanning service, including a GE Revolution Evo 160‑slice CT scanner staffed by two HCPC‑registered CT Radiographers and an optional Healthcare Assistant. The service will operate seven days per week, 8am–8pm, and will provide CT imaging across Body, Neuro, Musculoskeletal (MSK) and Bariatric pathways. A welfare unit supporting patient flow is also included in the service.
2. Statement of the Procurement Route
This notice represents the intention to award a contract via a Direct Award under the NHS Supply Chain Managed Equipment & Clinical Service Solutions (ME&CSS) Framework, without undertaking a further competition.
This route is being used due to urgent diagnostic capacity requirements and the very limited number of suppliers capable of meeting the Health Board’s minimum technical, staffing and mobilisation criteria within the required timescales.
3. Estimated Lifetime Value of the New Contract
The estimated total value of the contract, inclusive of the optional extension period, is:
352,170.00 GBP (ex VAT) for the full potential six‑month term.
4. Estimated Lifetime Value of Any Existing Contract
There is no existing contract for mobile CT services within Cardiff & Vale University Health Board.
This is a new requirement commissioned in response to sustained demand pressures and therefore the estimated lifetime value of any predecessor agreement is 0.00 GBP (Ex VAT).
5. Intended Service Delivery Period
The mobile CT service is intended to operate during the following period:
Initial Term: Approx. 9th February 2026 – 8th April 2026
Optional Extension: Approx. 9th April 2026 – 8th July 2026
II.2.5) Meini prawf dyfarnu
Price
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Mae’r caffaeliad y tu allan i gwmpas cymhwysiad y gyfarwyddeb
Esboniad
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 the relevant authority by 05/02/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales'
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
Section V: Dyfarnu contract
Rhif Contract: CAV- COFANC-(25-26) 203
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
22/01/2026
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Diagnostic Healthcare Ltd
The Royals, 353 Altrincham Road
Manchester
M224BJ
UK
NUTS: UKD34
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 352 170.00 GBP
Cyfanswm gwerth y contract/lot: 352 170.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
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 05/02/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.
Address for Written Representations
Providers wishing to submit a written representation during the standstill period should write to:
Email: Ben.Evans4@wales.nhs.uk
(Procurement Business Manager, acting on behalf of Cardiff & Vale UHB)
Cardiff & Vale University Health Board has determined that the proposed contracting arrangement—namely, the provision of a fully staffed mobile CT scanning service—is capable of being delivered only by the chosen provider, Diagnostics Healthcare Ltd, due to the following reasons:
Diagnostics Healthcare was the only supplier able to provide a fully staffed mobile GE Revolution Evo CT scanner, meet the required service start date, and deliver the service without mobilisation or additional delivery cost, while demonstrating full compliance with technical and clinical governance requirements.
Based on the nature of the services—high‑risk diagnostic imaging requiring specific equipment, specialist clinical staffing, rapid mobilisation and full compliance with imaging governance standards—Diagnostics Healthcare is the only provider capable of delivering the required service model within the necessary timeframe.
The award decision was made by Cardiff & Vale UHB following recommendation by NWSSP Procurement Services.
The decision‑makers included:
Kyle Rees – General Manager, Radiology, Medical Physics & Clinical Engineering
The award decision‑makers selected Diagnostics Healthcare Ltd for the following reasons:
Diagnostics Healthcare submitted the most economically advantageous compliant proposal.
The provider met all technical, staffing, operational, and governance requirements, including provision of a GE Revolution Evo CT scanner, two HCPC‑registered radiographers, an HCA option, welfare unit, and low‑dose scanning capability.
Diagnostics Healthcare operates under ISO 9001, ISO 27001, ISO 14001, and maintains a strong imaging governance framework, supporting safe delivery of high‑risk clinical services.
The combination of technical compliance, clinical governance, best value and mobilisation capability made Diagnostics Healthcare the only suitable provider.
Excluded Providers
Four providers were excluded because they did not meet the minimum service specification.
All evaluation panel members completed declaration‑of‑interest checks prior to participating in the assessment.
No conflicts of interest or potential conflicts of interest were declared.
Standard NWSSP conflict‑of‑interest procedures were applied:
Individuals were required to declare any real or perceived conflicts.
No declarations were made, therefore no additional conflict‑mitigation actions were required.
No information has been withheld under Regulation 23(1).
All relevant details regarding the award, supplier selection and exclusion decisions have been published or made available to providers.
(WA Ref:160664)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
27/01/2026