Notice Information
Notice Title
NHS Cheshire and Merseyside Integrated Care Board (ICB) - Radiation Protection Services
Notice Description
Radiation Protection & Dosimetry Services. The Contracting Authorities are looking to appoint a highly qualified all-inclusive radiation protection service including advice from experienced Radiation Protection Advisors for each Lot. This must include the service of suitably qualified Medical Physics Experts for consultation regarding compliance with IRMER 2018 and as amended, provision of HSE approved dosimetry service for individual monitoring and provision of suitable qualified Protection Advisors for advice on non-ionising radiation.The appointed service provider for each Lot will carry out, performance acceptance checks based on Contracting Authority requirements on all medical imaging equipment and periodic assessment checks, as necessary depending on type of equipment and whenever indicated due to unsatisfactory QA results.
Lot Information
Ionising Radiation
The Radiation Protection Services supplier will provide the Contracting Authority's with suitable qualified and experienced Medical Physics Expert (MPE), Radiation Protection Advisors (RPA's) and Radioactive Waste Advisors (RWA's), who will have the following, but not limited to duties and responsibilities, in all departments where work with ionising radiation is undertaken: * The service provider will advise the Contracting Authority's in respect of methods of complying with the requirements of the relevant statutory provisions and codes of practice, together with any other aspect of radiation safety, which are considered necessary from time to time by the Contracting Authority. * The service provider will ensure that all hospital departments, where ionising radiations are used and they are periodically visited, in order to review the consultation with heads of departments (or their nominees), the protection measures laid down. * The need for working environment to be monitored and where necessary, to be surveyed together with a survey of clothing and parts of the body, of staff working in areas where work with radionuclides is undertaken. * The service provider will provide advice in relation to: - The need for the working environment to be inspected in all new or modified departments before coming into regular use. - Whenever the results of environmental and/or personnel monitoring indicate unsatisfactory conditions. - Whenever it is suspected that doses may be received which are in excess of levels reasonable in the circumstances - Whenever in-patients return to any hospital ward after treatment with therapeutic quantities of I131 The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Renewal: The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months.
Non-Ionising Radiation"Non-ionising radiations" means laser, radio-frequency magnetic resonance imaging, ultra-violet radiations and ultrasound. Radio-frequency and ultra-violet radiations: The service provider will also advise the Contracting Authority's with regard to: *The interpretation and significance of exposures * Drawing up local rules, where appropriate * Prior consideration of proposals for new installations having safety implications * The provision, maintenance and testing of safety features and the requirements for testing personal protective equipment, where appropriate * Any relevant matters raised by HSE inspectors On request the service provider will ensure that the output of all PUVA therapy machines is calibrated at least annually. Laser Radiation: The service provider will provide the Contracting Authority's with suitably qualified and experienced Laser Protection Advisers (LPA's). The LPA's should hold a certificate of competence provided by RPA 2000 and as amended. The LPA will provide advice in relation to the requirements of any relevant statutory provisions, international safety standards and guidance for the safe use of either class 3B or 4 medical lasers. The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Renewal: The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months.
Nuclear medicine servicesThe Radiation Protection Services supplier will provide the Contracting Authority's with suitable qualified and experienced Medical Physics Expert (MPE), Radiation Protection Advisors (RPA's) and Radioactive Waste Advisors (RWA's), who will have the following, but not limited to duties and responsibilities, in all departments where Nuclear Medicine services are undertaken: The service provider will advise the Contracting Authority's in respect of methods of complying with the requirements of the relevant statutory provisions and codes of practice, together with any other aspect of radiation safety, which are considered necessary from time to time by the Contracting Authority. The service provider will ensure that all departments, where ionising radiations are used and they are periodically visited, in order to review the consultation with heads of departments (or their nominees), the protection measures laid down. The need for working environment to be monitored and where necessary, to be surveyed together with a survey of clothing and parts of the body, of staff working in areas where work with radionuclides is undertaken. The service provider will provide advice in relation to: The need for the working environment to be inspected in all new or modified departments before coming into regular use. Whenever the results of environmental and/or personnel monitoring indicate unsatisfactory conditions. Whenever it is suspected that doses may be received which are in excess of levels reasonable in the circumstances Whenever in-patients return to any hospital ward after treatment with therapeutic quantities of I131 The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Renewal: The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months.
Dosimetry ServicesThe service provider will provide an HSE approved dosimetry service for individual and body extremity monitoring. The service provider will advise the Contracting Authority's in obtaining from the Environment Agency Inspectorate, as and when required, appropriate registration to keep and use radioactive substances and for the authorisation to dispose of radioactive waste and to advise the Contracting Authority's on the most appropriate manner of compliance with such registration/authorisations. The service provider will maintain central records summarising waste disposal and check at least annually that Contracting Authority's departments are complying with the conditions of the authorisations or exemption orders. The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Renewal: The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months.
Magnetic Resonance Imaging InstallationsThe service provider will provide the Contracting Authority's with suitably qualified and experienced Protection Advisers (PA), who shall have the following duties and responsibilities in all departments where work is undertaken with Magnetic Resonance Imaging (MRI) equipment. The PA will provide advice regarding the methods of complying with the requirements of any relevant statutory provisions and codes of practice together with any other aspects of radiation safety which are considered necessary by the Contracting Authority. The PA will provide advice and assistance with regard to: Assessment of levels of static field exposure to patients in order to check that these are within national guidelines. Assessment of levels of static field exposure in the working environment in order to check that these are within national guidelines. Assessment of imaging performance on acceptance and annually thereafter. Setting up QA tests and training local staff in the performance and interpretation of the tests. Advice and guidance on the safe operation of MR units and collaboration with local staff in the preparation and regular review of local rules. Advice and guidance on MRI conditional implants, safe scanning conditions and risk assessments. The interpretation and significance of exposures Prior consideration of proposals for new installations Any relevant matters raised by HSE inspectors The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.
Renewal: The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05951a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060357-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
38341200 - Radiation dosimeters
90721600 - Radiation protection services
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Sep 20252 months ago
- Submission Deadline
- 7 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Jan 2026 - 31 Dec 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WARRINGTON AND HALTON TEACHING HOSPITALS NHS FOUNDATION TRUST
- Additional Buyers
ALDER HEY CHILDREN'S NHS FOUNDATION TRUST
BRIDGEWATER COMMUNITY HEALTHCARE NHS FOUNDATION TRUST
COUNTESS OF CHESTER HOSPITALS NHS FOUNDATION TRUST
LIVERPOOL HEART AND CHEST NHS FOUNDATION TRUST
MERSEY AND WEST LANCASHIRE TEACHING HOSPITAL NHS FOUNDATION TRUST
MID CHESHIRE HOSPITALS NHS FOUNDATION TRUST
THE WALTON CENTRE NHS FOUNDATION TRUST
- Contact Name
- Customer Care
- Contact Email
- customercare@htepg.com
- Contact Phone
- 01244365000, 01270255141, 0151 2284811, 01514261600, 01514955100, 01515253611, 01516001038, 01516785111, 01517062000, 01625421000, 01925635911, 08458875000
Buyer Location
- Locality
- WARRINGTON
- Postcode
- WA5 1QG
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- Sandfield Park
- Westminster Constituency
- Liverpool West Derby
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/060357-2025
29th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054795-2025
8th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054350-2025
5th September 2025 - Tender notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05951a-2025-09-29T09:22:30+01:00",
"date": "2025-09-29T09:22:30+01:00",
"ocid": "ocds-h6vhtk-05951a",
"initiationType": "tender",
"parties": [
{
"id": "GB-NHS-RWW",
"name": "Warrington and Halton Teaching Hospitals NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RWW"
},
"address": {
"streetAddress": "Lovely Lane",
"locality": "Warrington",
"postalCode": "WA5 1QG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01925635911"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.whh.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RBQ",
"name": "Liverpool Heart and Chest NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RBQ"
},
"address": {
"streetAddress": "Thomas Drive",
"locality": "Liverpool",
"postalCode": "L14 3PE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01516001038"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lhch.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RBN",
"name": "Mersey and West Lancashire Teaching Hospital NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RBN"
},
"address": {
"streetAddress": "Whiston Hospital, Warrington Road",
"locality": "Prescot",
"postalCode": "L35 5DR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD71"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01514261600"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.merseywestlancs.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RJR",
"name": "Countess of Chester Hospitals NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RJR"
},
"address": {
"streetAddress": "The Countess Of Chester Health Park",
"locality": "Chester",
"postalCode": "CH2 1HJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD63"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01244365000"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.coch.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RBL",
"name": "Wirral University Teaching Hospitals NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RBL"
},
"address": {
"streetAddress": "Arrowe Park Road, Upton",
"locality": "Wirral",
"postalCode": "CH49 5PE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD74"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01516785111"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.wuth.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RET",
"name": "The Walton Centre NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RET"
},
"address": {
"streetAddress": "The Walton Centre NHS Foundation Trust, Lower Lane, Liverpool",
"locality": "Liverpool",
"postalCode": "L9 7LJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01515253611"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.thewaltoncentre.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RJN",
"name": "East Cheshire NHS Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RJN"
},
"address": {
"streetAddress": "Macclesfield District General Hospital, Victoria Road, Macclesfield, Cheshire",
"locality": "Macclesfield",
"postalCode": "SK10 3BL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD62"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01625421000"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.eastcheshire.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RY2",
"name": "Bridgewater Community Healthcare NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RY2"
},
"address": {
"streetAddress": "Bridgewater Community Healthcare NHS Foundation Trust Europa Point, Europa Boulevard, Warrington",
"locality": "Widnes",
"postalCode": "WA5 7TY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01514955100"
},
"roles": [
"buyer"
],
"details": {
"url": "https://bridgewater.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-RBT",
"name": "Mid Cheshire Hospitals NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RBT"
},
"address": {
"streetAddress": "Middlewich Road",
"locality": "Crewe",
"postalCode": "CW1 4QJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD62"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01270255141"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.mcht.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-NHS-REM",
"name": "University Hospitals of Liverpool Group",
"identifier": {
"scheme": "GB-NHS",
"id": "REM"
},
"address": {
"streetAddress": "Aintree University Hospital, Trust Headquarters, Lower Lane, Fazakerley",
"locality": "Liverpool",
"postalCode": "L9 7AL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "01517062000"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.uhliverpool.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-OC358224",
"name": "HealthTrust Europe LLP",
"identifier": {
"scheme": "GB-COH",
"id": "OC358224"
},
"address": {
"streetAddress": "19 George Road",
"locality": "Birmingham",
"postalCode": "B15 1NU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "08458875000"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "On 11th August 2021, Mid and South Essex NHS Foundation Trust (MSE) published a contract notice for procurement partner services. HealthTrust Europe LLP (HTE) was selected to provide these services under the MSE Framework, including access to HTE's public sector frameworks. HTE is now conducting this procurement exercise as part of its services to the Customers under the MSE Framework.",
"details": {
"url": "https://www.healthtrusteurope.com"
}
},
{
"id": "GB-NHS-RBS",
"name": "Alder Hey Children's NHS Foundation Trust",
"identifier": {
"scheme": "GB-NHS",
"id": "RBS"
},
"address": {
"streetAddress": "Eaton Road, West Derby",
"locality": "Liverpool",
"postalCode": "L12 2AP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
},
"contactPoint": {
"name": "Customer Care",
"email": "customercare@htepg.com",
"telephone": "0151 2284811"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.alderhey.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-NHS-RWW",
"name": "Warrington and Halton Teaching Hospitals NHS Foundation Trust"
},
"tender": {
"id": "PR-4609",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "NHS Cheshire and Merseyside Integrated Care Board (ICB) - Radiation Protection Services",
"description": "Radiation Protection & Dosimetry Services. The Contracting Authorities are looking to appoint a highly qualified all-inclusive radiation protection service including advice from experienced Radiation Protection Advisors for each Lot. This must include the service of suitably qualified Medical Physics Experts for consultation regarding compliance with IRMER 2018 and as amended, provision of HSE approved dosimetry service for individual monitoring and provision of suitable qualified Protection Advisors for advice on non-ionising radiation.The appointed service provider for each Lot will carry out, performance acceptance checks based on Contracting Authority requirements on all medical imaging equipment and periodic assessment checks, as necessary depending on type of equipment and whenever indicated due to unsatisfactory QA results.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90721600",
"description": "Radiation protection services"
},
{
"scheme": "CPV",
"id": "38341200",
"description": "Radiation dosimeters"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90721600",
"description": "Radiation protection services"
},
{
"scheme": "CPV",
"id": "38341200",
"description": "Radiation dosimeters"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90721600",
"description": "Radiation protection services"
},
{
"scheme": "CPV",
"id": "38341200",
"description": "Radiation dosimeters"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90721600",
"description": "Radiation protection services"
},
{
"scheme": "CPV",
"id": "38341200",
"description": "Radiation dosimeters"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90721600",
"description": "Radiation protection services"
},
{
"scheme": "CPV",
"id": "38341200",
"description": "Radiation dosimeters"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
}
],
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://healthtrusteurope.bravosolution.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-07T17:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-09-23T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-11-21T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"title": "Ionising Radiation",
"description": "The Radiation Protection Services supplier will provide the Contracting Authority's with suitable qualified and experienced Medical Physics Expert (MPE), Radiation Protection Advisors (RPA's) and Radioactive Waste Advisors (RWA's), who will have the following, but not limited to duties and responsibilities, in all departments where work with ionising radiation is undertaken: * The service provider will advise the Contracting Authority's in respect of methods of complying with the requirements of the relevant statutory provisions and codes of practice, together with any other aspect of radiation safety, which are considered necessary from time to time by the Contracting Authority. * The service provider will ensure that all hospital departments, where ionising radiations are used and they are periodically visited, in order to review the consultation with heads of departments (or their nominees), the protection measures laid down. * The need for working environment to be monitored and where necessary, to be surveyed together with a survey of clothing and parts of the body, of staff working in areas where work with radionuclides is undertaken. * The service provider will provide advice in relation to: - The need for the working environment to be inspected in all new or modified departments before coming into regular use. - Whenever the results of environmental and/or personnel monitoring indicate unsatisfactory conditions. - Whenever it is suspected that doses may be received which are in excess of levels reasonable in the circumstances - Whenever in-patients return to any hospital ward after treatment with therapeutic quantities of I131 The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.",
"status": "active",
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Cost to Serve",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As specified in the Tender Documents"
},
{
"type": "technical",
"description": "As specified in the Tender Documents"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00",
"maxExtentDate": "2029-12-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months."
}
},
{
"id": "2",
"title": "Non-Ionising Radiation",
"description": "\"Non-ionising radiations\" means laser, radio-frequency magnetic resonance imaging, ultra-violet radiations and ultrasound. Radio-frequency and ultra-violet radiations: The service provider will also advise the Contracting Authority's with regard to: *The interpretation and significance of exposures * Drawing up local rules, where appropriate * Prior consideration of proposals for new installations having safety implications * The provision, maintenance and testing of safety features and the requirements for testing personal protective equipment, where appropriate * Any relevant matters raised by HSE inspectors On request the service provider will ensure that the output of all PUVA therapy machines is calibrated at least annually. Laser Radiation: The service provider will provide the Contracting Authority's with suitably qualified and experienced Laser Protection Advisers (LPA's). The LPA's should hold a certificate of competence provided by RPA 2000 and as amended. The LPA will provide advice in relation to the requirements of any relevant statutory provisions, international safety standards and guidance for the safe use of either class 3B or 4 medical lasers. The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.",
"status": "active",
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Cost to Serve",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As specified in the Tender Documents"
},
{
"type": "technical",
"description": "As specified in the Tender Documents"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00",
"maxExtentDate": "2029-12-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months."
}
},
{
"id": "3",
"title": "Nuclear medicine services",
"description": "The Radiation Protection Services supplier will provide the Contracting Authority's with suitable qualified and experienced Medical Physics Expert (MPE), Radiation Protection Advisors (RPA's) and Radioactive Waste Advisors (RWA's), who will have the following, but not limited to duties and responsibilities, in all departments where Nuclear Medicine services are undertaken: The service provider will advise the Contracting Authority's in respect of methods of complying with the requirements of the relevant statutory provisions and codes of practice, together with any other aspect of radiation safety, which are considered necessary from time to time by the Contracting Authority. The service provider will ensure that all departments, where ionising radiations are used and they are periodically visited, in order to review the consultation with heads of departments (or their nominees), the protection measures laid down. The need for working environment to be monitored and where necessary, to be surveyed together with a survey of clothing and parts of the body, of staff working in areas where work with radionuclides is undertaken. The service provider will provide advice in relation to: The need for the working environment to be inspected in all new or modified departments before coming into regular use. Whenever the results of environmental and/or personnel monitoring indicate unsatisfactory conditions. Whenever it is suspected that doses may be received which are in excess of levels reasonable in the circumstances Whenever in-patients return to any hospital ward after treatment with therapeutic quantities of I131 The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.",
"status": "active",
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Cost to Serve",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As specified in the Tender Documents"
},
{
"type": "technical",
"description": "As specified in the Tender Documents"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00",
"maxExtentDate": "2029-12-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months."
}
},
{
"id": "4",
"title": "Dosimetry Services",
"description": "The service provider will provide an HSE approved dosimetry service for individual and body extremity monitoring. The service provider will advise the Contracting Authority's in obtaining from the Environment Agency Inspectorate, as and when required, appropriate registration to keep and use radioactive substances and for the authorisation to dispose of radioactive waste and to advise the Contracting Authority's on the most appropriate manner of compliance with such registration/authorisations. The service provider will maintain central records summarising waste disposal and check at least annually that Contracting Authority's departments are complying with the conditions of the authorisations or exemption orders. The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.",
"status": "active",
"value": {
"amountGross": 720000,
"amount": 600000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Cost to Serve",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As specified in the Tender Documents"
},
{
"type": "technical",
"description": "As specified in the Tender Documents"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00",
"maxExtentDate": "2029-12-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months."
}
},
{
"id": "5",
"title": "Magnetic Resonance Imaging Installations",
"description": "The service provider will provide the Contracting Authority's with suitably qualified and experienced Protection Advisers (PA), who shall have the following duties and responsibilities in all departments where work is undertaken with Magnetic Resonance Imaging (MRI) equipment. The PA will provide advice regarding the methods of complying with the requirements of any relevant statutory provisions and codes of practice together with any other aspects of radiation safety which are considered necessary by the Contracting Authority. The PA will provide advice and assistance with regard to: Assessment of levels of static field exposure to patients in order to check that these are within national guidelines. Assessment of levels of static field exposure in the working environment in order to check that these are within national guidelines. Assessment of imaging performance on acceptance and annually thereafter. Setting up QA tests and training local staff in the performance and interpretation of the tests. Advice and guidance on the safe operation of MR units and collaboration with local staff in the preparation and regular review of local rules. Advice and guidance on MRI conditional implants, safe scanning conditions and risk assessments. The interpretation and significance of exposures Prior consideration of proposals for new installations Any relevant matters raised by HSE inspectors The Lot Value is determined by applying an estimated split across the total contract value based on usage. As the current contract is not divided into distinct lots and the works are not recorded in a way that allows for precise allocation, the Lot Value should be considered a good faith estimate. The Total Value reflects the value of the existing contracts.",
"status": "active",
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Cost to Serve",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As specified in the Tender Documents"
},
{
"type": "technical",
"description": "As specified in the Tender Documents"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00",
"maxExtentDate": "2029-12-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will commence from 1st January 2026 for an initial period of 3 Years. Option to extend for a further period of 12 months."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "054350-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054350-2025",
"datePublished": "2025-09-05T14:56:50+01:00",
"format": "text/html"
},
{
"id": "054795-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054795-2025",
"datePublished": "2025-09-08T16:28:40+01:00",
"format": "text/html"
},
{
"id": "060357-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/060357-2025",
"datePublished": "2025-09-29T09:22:30+01:00",
"format": "text/html"
}
]
},
"language": "en"
}