Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus

INSOURCING OF FULLY STAFFED MOBILE CT UNIT

  • Cyhoeddwyd gyntaf: 27 Ionawr 2026
  • Wedi'i addasu ddiwethaf: 27 Ionawr 2026
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-160664
Cyhoeddwyd gan:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
ID Awudurdod:
AA0221
Dyddiad cyhoeddi:
27 Ionawr 2026
Dyddiad Cau:
-
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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. CPV: 85150000, 85150000.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85150000 Gwasanaethau delweddu meddygol Gwasanaethau iechyd

Lleoliadau Dosbarthu

ID Disgrifiad
1022 Caerdydd a Bro Morgannwg

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
ben.evans4@wales.nhs.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.