Buyer Name: NHS England
Buyer Address: Wellington House, 133-135 Waterloo Rd, London, UKI45, SE1 8UG, United Kingdom
Contact Name: Surinder Singh Kahlon
Contact Email: surinder.kahlon@nhs.net
Buyer Name: NHS England
Buyer Address: Wellington House, 133-135 Waterloo Rd, London, UKI45, SE1 8UG, United Kingdom
Contact Name: Surinder Singh Kahlon
Contact Email: surinder.kahlon@nhs.net
Buyer Name: NHS Arden and Greater East Midlands Commissioning Support Unit
Buyer Address: Cardinal Square, 10 Nottingham Road, Derby, UKF11, DE1 3QT, United Kingdom
Contact Name: Surinder Kahlon
NHS England Specialised Commissioning (the "Contracting Authority”) is inviting suitably qualified and experienced suppliers to express an interest in providing Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and/or supplying the Tracers to providers of the Services, by responding to this opportunity. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Contracting Authority and is supporting the ITT. PET-CT is a specialist diagnostic scan which is used extensively in cancer; it is also used in a relatively small number of other non-cancer specialties, such as neurology and infection and immunity. The scan itself involves the use of radioisotopes (or ‘tracers’) which are injected into the patient around an hour prior to the scan. Tracers can be grouped into those which are produced in cyclotron and hot cell facilities (‘standard tracers’), and those which typically need to be produced in radiopharmacy facilities that are co-located with scanners, due to radioactive half-life considerations (‘non-standard tracers’). Standard tracers account for >90% of PET-CT activity and almost all standard tracer scans involve FDG (a tracer). The single procurement opportunity will comprise two lots: Lot 1 - Scanning Services, including the optional supply of Gallium Non-Standard Tracers (NSTs) (the option will be procured by way of variant tenders as explained further below); and Lot 2 – Supply of Standard Tracers (STs). Each Lot will comprise of 12 identical Sub-Lots, enabling the pairing of Lot 1 and Lot 2 suppliers so that a complete PET-CT service is available to patients within those 12 Sub-Lot areas. On completion of the procurement, there will be 12 scanning services, which will together equate to c.50% of the NHS PET-CT market in England. The opportunity also includes a variant bid element within Lot 1, which will allow bidders to put forward proposals to establish up to 6 gallium scanning services nationally, i.e., 1 per NHS England Region included within the procurement opportunity. This is to enable increased access for patients to gallium scans. It is also proposed to future-proof the provision of amyloid scanning – this will only be activated within the Contracts in the event that approval is given for the use of disease modifying treatments for memory loss conditions and that those treatments require PET-CT amyloid scanning. This step has been taken to futureproof the Contracts for a potential, but not certain, service development. Form of contracts: The contracts to be entered into will be: Lot 1 - Scanning Services: Contracts will be entered into on the form of the NHS Standard Contract 2026/27. Where gallium is to be supplied as part of a consortium, the Contracting Authority will mandate a form of 'sub-contract' for use between the scanning services provider and the gallium supplier. Lot 2 - Standard Tracer Supply: Contracts will be entered into on the form of a bespoke supply of goods contract (as the NHS Standard Contract is not appropriate for a supply of goods contract). The form of contract will be mandated as a sub-contract between the scanning services provider in the relevant geography in Lot 1 and the standard tracer supplier in the corresponding geography in Lot 2. This model has been used previously to secure PET-CT provision. Direct Agreements – The Contracting Authority will also enter into a direct agreement with the successful standard tracer suppliers (to ensure proper flow down across all contracts linked to the procurement opportunity). Open procedure description: This procurement will follow an Open Procedure. This will be a single stage procurement where Bidders are asked to submit a response to the PSQ and ITT on the same date. Only bidders that pass the PSQ will have their tender response evaluated. No additional steps will be used. Following publication of this Tender Notice, bidders will be required to complete an EWA before receiving access to the Invitation to Tender (ITT). Completion of these will be a gateway requirement for access to the ITT, and bidders must submit their completed EWA within the timescales set out in this Tender Notice. Following confirmation of compliance, the ITT will be released simultaneously to all eligible bidders (see below) in early March 2026. Indicative procurement timeline (which is subject to change at NHSE’s discretion): • Tender Notice publication: 18/02/2026 • Access provided to EWA : 18/02/026 • Deadline for submission of EWA : 04/03/2026 • PSQ and ITT issued to all eligible bidders (see below): early March 2026 • Clarification question period deadline: mid-May 2026 • Final clarification question log issued: mid to late May 2026 • PSQ and ITT submission deadline: early June 2026 Eligible bidders are bidders who have received confirmation from NHSE that their submitted EWA has been counter-signed. Please allow approximately four (4) working days for the Contracting Authority to process your submission and confirm eligibility. The Contracting Authority may consider allowing late submission of the EWA , however in no circumstances can bidders submit this documentation after 06/03/2026 at 12:00hrs. Bidders who are late to submit their EWA documents will be required to submit their PSQ and ITT responses on the same date as bidders who submit their EWA documents on time. The PSQ will be assessed on a pass/fail basis covering legal, financial and technical requirements. Tenders from bidders that pass all PSQ criteria will then be evaluated. Bidders who fail the PSQ will be excluded and will not have their tenders evaluated. A clarification process will operate during the PSQ and ITT period to enable bidders to seek clarification from the Contracting Authority. Due diligence will be undertaken by the Contracting Authority prior to contract award to provide assurance that there are no material risks that could prevent contract signature i.e. if a Supplier bidding for the contract no longer meets the minimum standards required, and their Tender is rejected as a result, the Contracting Authority reserves the right to award the Contract to the next highest scoring Supplier. Please note the Contracting Authority reserves the right at any stage of the procurement to abandon the competition and not award a contract. The Contracting Authority also reserves the right to make minor amendments to the procurement documentation (for example, to clarify or refine requirements), provided such changes are not substantial and do not distort competition. If amendments are made, the Contracting Authority will consider whether any corresponding tender deadlines require revision and will issue updated documentation or notices where appropriate.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/015532-2026
Link Description: Tender notice on Find a Tender
Lot Title: Lot 1. Scanning Services with optional gallium scanning provision
Lot Description: Lot 1 Core – The Scanning services only (without the supply of gallium tracers or associated gallium scanning services) – all Scanning Providers are required to bid for. This will include the provision of scanning services involving amyloid tracers. Lot 1V Variant – Scanning services (including supply of gallium tracers and associated gallium scanning services) – Scanning Providers who submit a tender for Lot 1 Core may also submit a variant tender for Lot 1 Variant if they would also like to offer to supply gallium tracers and provide associated gallium scanning services. Scanning Providers cannot submit a tender for Lot 1 Variant without also submitting a tender for Lot 1 Core. This main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents including the specific sub-lot values. Lot 1: Scanning (plus gallium service (where possible one per region)): Lot 1 Sub-Lots REGION: East of England: Lot 1a – East of England Midlands: Lot 1b – West Midlands Lot 1c – East Midlands North & East Yorkshire: Lot 1d – North East & North Cumbria Lot 1e – Humber & North Yorkshire Lot 1f – West Yorkshire & Harrogate Lot 1g – South Yorkshire & Bassetlaw North West: Lot 1h – Cheshire & Merseyside South East: Lot 1i – Wessex Lot 1j – Kent & Medway South West: Lot 1k – West of England Lot 1l - Peninsula Lot 1 value (estimated maximum value) covering 10 year period (including optional extension): £1,137,177,000 excluding VAT £1,156,057,000 including VAT (where applicable) Consisting of (values across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values: – Standard Scans (excluding Amyloid scan but including F 18 PSMA scans): £977,251,000 (ex VAT) – Non-Standard Scans (Gallium PSMA and SSR or NETs): £130,552,000 (ex VAT) – Amyloid Scans – Subject to NICE approval: £29,374,000 (ex VAT)
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: Variant bids as detailed in the description
Lot 1 Value: GBP 1,137,177,000.00
Lot 1 Value (Gross): GBP 1,156,057,000.00
Lot 1 Contract Start: 2027-04-01T00:00:00+01:00
Lot 1 Contract End: 2034-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Quality
Lot 1 Award Criterion (price): Price
Lot Title: Lot 2. Standard Tracer Supply
Lot Description: The supply of standard tracers, including amyloid tracers and F18 PSMA. All Scanning Services Contracts awarded under Lot 1 will require the Scanning Provider to purchase and use standard tracers. Given the nature of the market, to ensure competitive pricing and sustainable supply nationally, the Contracting Authority will procure standard tracer suppliers under Lot 2. The successful Scanning Providers from Lot 1 will be required to purchase standard tracers from the Lot 2 ST Supplier(s) in the corresponding Sub-Lot. The Contracting Authority will mandate the form of contract between the Scanning Provider and the corresponding ST Supplier(s). This main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents. including the specific sub-lot values. Lot 2: Standard Tracer Supply: REGION: East of England: Lot 2a – East of England Midlands: Lot 2b – West Midlands Lot 2c – East Midlands North & East Yorkshire: Lot 2d – North East & North Cumbria Lot 2e – Humber & North Yorkshire Lot 2f – West Yorkshire & Harrogate Lot 2g – South Yorkshire & Bassetlaw North West: Lot 2h – Cheshire & Merseyside South East: Lot 2i – Wessex Lot 2j – Kent & Medway South West: Lot 2k – West of England Lot 2l - Peninsula Lot 2 value (estimated maximum value) covering 10 year period (including optional extension): £401,604,000 (excluding VAT) £481,879,000 (including VAT) Consisting of (across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values: – Standard Tracers (all incl. F18 PSMA): £385,980,000 (ex VAT) – Amyloid Scans – Subject to NICE approval: £15,624,000 (ex VAT)
Lot 2 Status: active
Lot 2 Value: GBP 401,604,000.00
Lot 2 Value (Gross): GBP 481,879,000.00
Lot 2 Contract Start: 2027-04-01T00:00:00+01:00
Lot 2 Contract End: 2034-03-31T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Quality
Lot 2 Award Criterion (price): Price
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PDPT-3135-BWWY",
"name": "NHS England"
},
"date": "2026-02-20T10:15:15Z",
"id": "015532-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0656e9",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 8UG",
"region": "UKI45",
"streetAddress": "Wellington House, 133-135 Waterloo Rd"
},
"contactPoint": {
"email": "surinder.kahlon@nhs.net",
"name": "Surinder Singh Kahlon"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.england.nhs.uk/"
},
"id": "GB-PPON-PDPT-3135-BWWY",
"identifier": {
"id": "PDPT-3135-BWWY",
"scheme": "GB-PPON"
},
"name": "NHS England",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Derby",
"postalCode": "DE1 3QT",
"region": "UKF11",
"streetAddress": "Cardinal Square, 10 Nottingham Road"
},
"contactPoint": {
"email": "surinder.kahlon@nhs.net",
"name": "Surinder Kahlon"
},
"details": {
"url": "https://www.ardengemcsu.nhs.uk/"
},
"id": "GB-PPON-PLVR-6647-BVMM",
"identifier": {
"id": "PLVR-6647-BVMM",
"scheme": "GB-PPON"
},
"name": "NHS Arden and Greater East Midlands Commissioning Support Unit",
"roleDetails": "Managing the procurement process on behalf of NHS England",
"roles": [
"procuringEntity"
]
}
],
"planning": {
"noEngagementNoticeRationale": "Market engagement process was published in 2025 under Notice Identifier: 2025/S 000-008281"
},
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "A sub-lot was not listed for both main lots.",
"id": "015532-2026"
}
],
"awardPeriod": {
"endDate": "2026-09-21T23:59:59+01:00"
},
"coveredBy": [
"GPA"
],
"description": "NHS England Specialised Commissioning (the \"Contracting Authority\u201d) is inviting suitably qualified and experienced suppliers to express an interest in providing Positron Emission Tomography \u2013 Computed Tomography (PET-CT) Services (all ages) and/or supplying the Tracers to providers of the Services, by responding to this opportunity. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Contracting Authority and is supporting the ITT.\nPET-CT is a specialist diagnostic scan which is used extensively in cancer; it is also used in a relatively small number of other non-cancer specialties, such as neurology and infection and immunity. The scan itself involves the use of radioisotopes (or \u2018tracers\u2019) which are injected into the patient around an hour prior to the scan. Tracers can be grouped into those which are produced in cyclotron and hot cell facilities (\u2018standard tracers\u2019), and those which typically need to be produced in radiopharmacy facilities that are co-located with scanners, due to radioactive half-life considerations (\u2018non-standard tracers\u2019). Standard tracers account for \u003e90% of PET-CT activity and almost all standard tracer scans involve FDG (a tracer).\nThe single procurement opportunity will comprise two lots:\nLot 1 - Scanning Services, including the optional supply of Gallium Non-Standard Tracers (NSTs) (the option will be procured by way of variant tenders as explained further below); and \nLot 2 \u2013 Supply of Standard Tracers (STs). \nEach Lot will comprise of 12 identical Sub-Lots, enabling the pairing of Lot 1 and Lot 2 suppliers so that a complete PET-CT service is available to patients within those 12 Sub-Lot areas. \nOn completion of the procurement, there will be 12 scanning services, which will together equate to c.50% of the NHS PET-CT market in England. The opportunity also includes a variant bid element within Lot 1, which will allow bidders to put forward proposals to establish up to 6 gallium scanning services nationally, i.e., 1 per NHS England Region included within the procurement opportunity. This is to enable increased access for patients to gallium scans. \nIt is also proposed to future-proof the provision of amyloid scanning \u2013 this will only be activated within the Contracts in the event that approval is given for the use of disease modifying treatments for memory loss conditions and that those treatments require PET-CT amyloid scanning. This step has been taken to futureproof the Contracts for a potential, but not certain, service development.\nForm of contracts:\nThe contracts to be entered into will be:\nLot 1 - Scanning Services: Contracts will be entered into on the form of the NHS Standard Contract 2026/27. Where gallium is to be supplied as part of a consortium, the Contracting Authority will mandate a form of \u0027sub-contract\u0027 for use between the scanning services provider and the gallium supplier. \nLot 2 - Standard Tracer Supply: Contracts will be entered into on the form of a bespoke supply of goods contract (as the NHS Standard Contract is not appropriate for a supply of goods contract). The form of contract will be mandated as a sub-contract between the scanning services provider in the relevant geography in Lot 1 and the standard tracer supplier in the corresponding geography in Lot 2. This model has been used previously to secure PET-CT provision. \nDirect Agreements \u2013 The Contracting Authority will also enter into a direct agreement with the successful standard tracer suppliers (to ensure proper flow down across all contracts linked to the procurement opportunity).\nOpen procedure description:\nThis procurement will follow an Open Procedure. This will be a single stage procurement where Bidders are asked to submit a response to the PSQ and ITT on the same date. Only bidders that pass the PSQ will have their tender response evaluated. No additional steps will be used.\nFollowing publication of this Tender Notice, bidders will be required to complete an EWA before receiving access to the Invitation to Tender (ITT). Completion of these will be a gateway requirement for access to the ITT, and bidders must submit their completed EWA within the timescales set out in this Tender Notice. Following confirmation of compliance, the ITT will be released simultaneously to all eligible bidders (see below) in early March 2026.\nIndicative procurement timeline (which is subject to change at NHSE\u2019s discretion):\n\u2022 Tender Notice publication: 18/02/2026\n\u2022 Access provided to EWA : 18/02/026\n\u2022 Deadline for submission of EWA : 04/03/2026\n\u2022 PSQ and ITT issued to all eligible bidders (see below): early March 2026\n\u2022 Clarification question period deadline: mid-May 2026\n\u2022 Final clarification question log issued: mid to late May 2026\n\u2022 PSQ and ITT submission deadline: early June 2026\nEligible bidders are bidders who have received confirmation from NHSE that their submitted EWA has been counter-signed. Please allow approximately four (4) working days for the Contracting Authority to process your submission and confirm eligibility.\nThe Contracting Authority may consider allowing late submission of the EWA , however in no circumstances can bidders submit this documentation after 06/03/2026 at 12:00hrs. Bidders who are late to submit their EWA documents will be required to submit their PSQ and ITT responses on the same date as bidders who submit their EWA documents on time.\nThe PSQ will be assessed on a pass/fail basis covering legal, financial and technical requirements. Tenders from bidders that pass all PSQ criteria will then be evaluated. Bidders who fail the PSQ will be excluded and will not have their tenders evaluated.\nA clarification process will operate during the PSQ and ITT period to enable bidders to seek clarification from the Contracting Authority. \nDue diligence will be undertaken by the Contracting Authority prior to contract award to provide assurance that there are no material risks that could prevent contract signature i.e. if a Supplier bidding for the contract no longer meets the minimum standards required, and their Tender is rejected as a result, the Contracting Authority reserves the right to award the Contract to the next highest scoring Supplier.\nPlease note the Contracting Authority reserves the right at any stage of the procurement to abandon the competition and not award a contract. The Contracting Authority also reserves the right to make minor amendments to the procurement documentation (for example, to clarify or refine requirements), provided such changes are not substantial and do not distort competition. If amendments are made, the Contracting Authority will consider whether any corresponding tender deadlines require revision and will issue updated documentation or notices where appropriate.",
"documents": [
{
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-20T10:15:15Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "015532-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/015532-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-06T12:00:00Z"
},
"id": "C419998",
"items": [
{
"additionalClassifications": [
{
"description": "Health services",
"id": "85100000",
"scheme": "CPV"
},
{
"description": "Radiodiagnostic supplies",
"id": "33124210",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Health services",
"id": "85100000",
"scheme": "CPV"
},
{
"description": "Radiodiagnostic supplies",
"id": "33124210",
"scheme": "CPV"
}
],
"id": "2",
"relatedLot": "2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"awardCriteriaDetails": "Lot 1. Scanning Services with optional gallium scanning provision:\nDescription\nLot 1 Core \u2013 The Scanning services only (without the supply of gallium tracers or associated gallium scanning services) \u2013 all Scanning Providers are required to bid for. This will include the provision of scanning services involving amyloid tracers. \nLot 1V Variant \u2013 Scanning services (including supply of gallium tracers and associated gallium scanning services) \u2013 Scanning Providers who submit a tender for Lot 1 Core may also submit a variant tender for Lot 1 Variant if they would also like to offer to supply gallium tracers and provide associated gallium scanning services. Scanning Providers cannot submit a tender for Lot 1 Variant without also submitting a tender for Lot 1 Core.\nThis main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents including the specific sub-lot values.\nLot 1 Sub-Lots:\nRegion: \nLot 1: Scanning (plus gallium service (where possible one per region)):\nEast of England: \nLot 1a \u2013 East of England\nMidlands: \nLot 1b \u2013 West Midlands\nLot 1c \u2013 East Midlands\nNorth \u0026 East Yorkshire: \nLot 1d \u2013 North East \u0026 North Cumbria\nLot 1e \u2013 Humber \u0026 North Yorkshire\nLot 1f \u2013 West Yorkshire \u0026 Harrogate\nLot 1g \u2013 South Yorkshire \u0026 Bassetlaw\nNorth West: \nLot 1h \u2013 Cheshire \u0026 Merseyside\nSouth East: \nLot 1i \u2013 Wessex\nLot 1j \u2013 Kent \u0026 Medway\nSouth West: \nLot 1k \u2013 West of England\nLot 1l - Peninsula \nLot 1 value (estimated maximum value) covering 10 year period (including optional extension):\n\u00a31,137,177,000 excluding VAT\n\u00a31,156,057,000 including VAT (where applicable)\nConsisting of (values across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:\n\u2013 Standard Scans (excluding Amyloid scan but including F 18 PSMA scans): \u00a3977,251,000 (ex VAT)\n\u2013 Non-Standard Scans (Gallium PSMA and SSR or NETs): \u00a3130,552,000 (ex VAT)\n\u2013 Amyloid Scans \u2013 Subject to NICE approval: \u00a329,374,000 (ex VAT)\nLot 2. Standard Tracer Supply:\nDescription:\nThe supply of standard tracers, including amyloid tracers and F18 PSMA.\nAll Scanning Services Contracts awarded under Lot 1 will require the Scanning Provider to purchase and use standard tracers. Given the nature of the market, to ensure competitive pricing and sustainable supply nationally, the Contracting Authority will procure standard tracer suppliers under Lot 2. \nThe successful Scanning Providers from Lot 1 will be required to purchase standard tracers from the Lot 2 ST Supplier(s) in the corresponding Sub-Lot. The Contracting Authority will mandate the form of contract between the Scanning Provider and the corresponding ST Supplier(s).\nThis main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents. including the specific sub-lot values.\nLot 2 Sub Lots:\nRegion: Lot 2: Standard Tracer Supply:\nEast of England: \nLot 2a \u2013 East of England\nMidlands: \nLot 2b \u2013 West Midlands\nLot 2c \u2013 East Midlands\nNorth \u0026 East Yorkshire: \nLot 2d \u2013 North East \u0026 North Cumbria\nLot 2e \u2013 Humber \u0026 North Yorkshire\nLot 2f \u2013 West Yorkshire \u0026 Harrogate\nLot 2g \u2013 South Yorkshire \u0026 Bassetlaw\nNorth West: \nLot 2h \u2013 Cheshire \u0026 Merseyside\nSouth East: \nLot 2i \u2013 Wessex\nLot 2j \u2013 Kent \u0026 Medway\nSouth West: \nLot 2k \u2013 West of England\nLot 2l - Peninsula\nLot 2 value (estimated maximum value) covering 10 year period (including optional extension):\n\u00a3401,604,000 (excluding VAT)\n\u00a3481,879,000 (including VAT)\nConsisting of (across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:\n\u2013 Standard Tracers (all incl. F18 PSMA): \u00a3385,980,000 (ex VAT)\n\u2013 Amyloid Scans \u2013 Subject to NICE approval: \u00a315,624,000 (ex VAT)"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Technical Lot 1 - Quality = 60%\nSocial Value Lot 1 - Quality = 10%",
"name": "Quality",
"type": "quality"
},
{
"description": "Price Lot 1 - Price = 30%",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "Technical Lot 1 - Quality = 60%\nPrice Lot 1 - Price = 30%\nSocial Value Lot 1 - Quality - 10%"
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"maxExtentDate": "2037-03-31T23:59:59+01:00",
"startDate": "2027-04-01T00:00:00+01:00"
},
"description": "Lot 1 Core \u2013 The Scanning services only (without the supply of gallium tracers or associated gallium scanning services) \u2013 all Scanning Providers are required to bid for. This will include the provision of scanning services involving amyloid tracers.\nLot 1V Variant \u2013 Scanning services (including supply of gallium tracers and associated gallium scanning services) \u2013 Scanning Providers who submit a tender for Lot 1 Core may also submit a variant tender for Lot 1 Variant if they would also like to offer to supply gallium tracers and provide associated gallium scanning services. Scanning Providers cannot submit a tender for Lot 1 Variant without also submitting a tender for Lot 1 Core. \nThis main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents including the specific sub-lot values.\nLot 1: Scanning (plus gallium service (where possible one per region)):\nLot 1 Sub-Lots\nREGION:\nEast of England:\nLot 1a \u2013 East of England\nMidlands:\nLot 1b \u2013 West Midlands\nLot 1c \u2013 East Midlands\nNorth \u0026 East Yorkshire:\nLot 1d \u2013 North East \u0026 North Cumbria\nLot 1e \u2013 Humber \u0026 North Yorkshire\nLot 1f \u2013 West Yorkshire \u0026 Harrogate\nLot 1g \u2013 South Yorkshire \u0026 Bassetlaw\nNorth West:\nLot 1h \u2013 Cheshire \u0026 Merseyside\nSouth East:\nLot 1i \u2013 Wessex\nLot 1j \u2013 Kent \u0026 Medway\nSouth West:\nLot 1k \u2013 West of England\nLot 1l - Peninsula\nLot 1 value (estimated maximum value) covering 10 year period (including optional extension):\n\u00a31,137,177,000 excluding VAT\n\u00a31,156,057,000 including VAT (where applicable)\nConsisting of (values across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:\n\u2013 Standard Scans (excluding Amyloid scan but including F 18 PSMA scans): \u00a3977,251,000 (ex VAT)\n\u2013 Non-Standard Scans (Gallium PSMA and SSR or NETs): \u00a3130,552,000 (ex VAT)\n\u2013 Amyloid Scans \u2013 Subject to NICE approval: \u00a329,374,000 (ex VAT)",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "Variant bids as detailed in the description"
},
"renewal": {
"description": "The contract will have an initial term of seven (7) years, with the option to extend for three (3) additional periods of twelve (12) months each. Any decision to apply an extension will be made in accordance with the terms and conditions of the contract and applicable procurement legislation."
},
"selectionCriteria": {
"criteria": [
{
"description": "Details can be found in the PSQ",
"type": "economic"
},
{
"description": "Details can be found in the PSQ",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Lot 1. Scanning Services with optional gallium scanning provision",
"value": {
"amount": 1137177000.0,
"amountGross": 1156057000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Total quality criteria:\nTechnical Lot 2 - Quality = 30%\nSocial Value Lot 2 - Quality = 10%",
"name": "Quality",
"type": "quality"
},
{
"description": "Price Lot 2 - Price = 60%",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "Technical Lot 2 - Quality = 30%\nPrice Lot 2 - Price = 60%\nSocial Value Lot 2 - Quality = 10%"
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"maxExtentDate": "2037-03-31T23:59:59+01:00",
"startDate": "2027-04-01T00:00:00+01:00"
},
"description": "The supply of standard tracers, including amyloid tracers and F18 PSMA.\nAll Scanning Services Contracts awarded under Lot 1 will require the Scanning Provider to purchase and use standard tracers. Given the nature of the market, to ensure competitive pricing and sustainable supply nationally, the Contracting Authority will procure standard tracer suppliers under Lot 2. \nThe successful Scanning Providers from Lot 1 will be required to purchase standard tracers from the Lot 2 ST Supplier(s) in the corresponding Sub-Lot. The Contracting Authority will mandate the form of contract between the Scanning Provider and the corresponding ST Supplier(s).\nThis main lot will be divided further into 12 Sub-Lots. Further information can be found in the ITT documents. including the specific sub-lot values.\nLot 2: Standard Tracer Supply:\nREGION:\nEast of England:\nLot 2a \u2013 East of England\nMidlands:\nLot 2b \u2013 West Midlands\nLot 2c \u2013 East Midlands\nNorth \u0026 East Yorkshire:\nLot 2d \u2013 North East \u0026 North Cumbria\nLot 2e \u2013 Humber \u0026 North Yorkshire\nLot 2f \u2013 West Yorkshire \u0026 Harrogate\nLot 2g \u2013 South Yorkshire \u0026 Bassetlaw\nNorth West:\nLot 2h \u2013 Cheshire \u0026 Merseyside\nSouth East:\nLot 2i \u2013 Wessex\nLot 2j \u2013 Kent \u0026 Medway\nSouth West:\nLot 2k \u2013 West of England\nLot 2l - Peninsula\nLot 2 value (estimated maximum value) covering 10 year period (including optional extension):\n\u00a3401,604,000 (excluding VAT)\n\u00a3481,879,000 (including VAT)\nConsisting of (across all sub-lots). Further information can be found in the ITT documents including the specific sub-lot values:\n\u2013 Standard Tracers (all incl. F18 PSMA): \u00a3385,980,000 (ex VAT)\n\u2013 Amyloid Scans \u2013 Subject to NICE approval: \u00a315,624,000 (ex VAT)",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "The contract will have an initial term of seven (7) years, with the option to extend for three (3) additional periods of twelve (12) months each. Any decision to apply an extension will be made in accordance with the terms and conditions of the contract and applicable procurement legislation."
},
"selectionCriteria": {
"criteria": [
{
"description": "Details can be found in the PSQ",
"type": "economic"
},
{
"description": "Details can be found in the PSQ",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Lot 2. Standard Tracer Supply",
"value": {
"amount": 401604000.0,
"amountGross": 481879000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "Submission address and any special instructions\nThe procurement will be conducted electronically via the eSourcing Portal (Atamis). All communication and document exchange for this procurement will take place through this portal.\nRegistration:\nTo register your interest, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome\nProject Reference: C419998\nProject Title: Positron Emission Tomography \u2013 Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers\nAccess to procurement documents:\nTo obtain access to the procurement documentation, suppliers must first request access to the Ethical Wall Agreement (EWA) by following the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome. Suppliers are required to return a signed EWA to the Contracting Authority as a condition of receiving the procurement documents. \nProject Reference: C419998\nProject Title: Positron Emission Tomography \u2013 Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers\nOnce your organisation has been validated, the AGCSU Procurement Team will enable access to the procurement event within Atamis.\nPre-qualification requirement:\nCompletion and submission of the EWA documentation is a mandatory precondition for access to the PSQ and ITT. The Contracting Authority will review submitted documents and confirm eligibility.\nPlease see the \"Open Procedure Description\" section for further details.\nSupport:\nFor any technical issues with the eSourcing Portal, please contact the Atamis support team:\nEmai: support-health@atamis.co.uk \nSupport Tel: 0800 0988 201\nGovernment Central Digital Platform:\nAll bidders must be registered on the Government\u0027s Central Digital Platform for Supplier Registration before their tender can be accepted by DBS, available at https://supplierregistration.cabinetoffice.gov.uk/. Registration is mandatory under the Procurement Act 2023.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-06-05T17:00:00+01:00"
},
"title": "Provision of: Positron Emission Tomography \u2013 Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers",
"value": {
"amount": 1538781000.0,
"amountGross": 1637936000.0,
"currency": "GBP"
}
}
}