Skip to main content
Tenders

Provision of: Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers

Open
Deadline
69 days left
June 05, 2026
Contract Details
Category
Open Procedure
Reference
015532-2026
Value
£1,637,936,000
Location
Derbyshire and Nottinghamshire, United Kingdom
Published
March 20, 2026
Organization
CPV Code
Project Timeline

Tender Published

February 20, 2026

Deadline for Questions

May 29, 2026

Submission Deadline

June 05, 2026

Contract Start Date

March 31, 2027

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£1,637,936,000
Duration
84 months
Location
Derbyshire and Nottinghamshire
Type
Open Procedure
68
Quality Score/100
Good

Original Tender Description

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.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

26 requirements across 5 categories

Submission (8)
Mandatory (2)
Compliance (4)
Technical (11)
Financial (1)
SUBMISSION REQUIREMENTS8
--Bidders must express interest by responding to this opportunity.
--Bidders must complete and submit the Early Warning Assessment (EWA) by 04/03/2026, or no later than 06/03/2026 at 12:00hrs for late submissions.
--Bidders must submit a response to the PSQ.
MANDATORY EXCLUSION GROUNDS2
--Bidders who fail any PSQ (Pre-Qualification Questionnaire) criteria will be excluded.
--Suppliers who no longer meet the minimum standards required during due diligence will have their tender rejected.
ELIGIBILITY REQUIREMENTS4
--Bidders must be suitably qualified and experienced suppliers.
--Bidders must complete an Early Warning Assessment (EWA) to gain access to the Invitation to Tender (ITT).
--Bidders must have their submitted EWA counter-signed by NHS England to be considered an eligible bidder.
TECHNICAL CAPABILITY REQUIREMENTS11
--Bidders must be suitably qualified and experienced in providing Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages).
--Bidders must be suitably qualified and experienced in supplying Tracers to providers of the Services.
--For Lot 1, bidders must be capable of providing Scanning Services, including the optional supply of Gallium Non-Standard Tracers (NSTs).
FINANCIAL REQUIREMENTS1
--Bidders must meet financial requirements as assessed in the PSQ.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

No processed documents available for this tender.

Documents will appear here once they are downloaded and analyzed.

68
Good

Tender Quality Score

This tender for PET-CT services is well-structured and clearly describes the scope, but suffers from a critical lack of explicit evaluation criteria and full document access, impacting clarity and fairness.

Score Breakdown

Legal Compliance90/100

The tender clearly defines the Open procedure and provides reasonable overall timelines for the multi-stage process. CPV codes are appropriate, and no disputes are reported. The structure with lots and sub-lots is compliant with procurement regulations.

Clarity65/100

The description of the services, lots, and contract forms is very detailed and unambiguous. AI-extracted requirements are clear. However, the critical absence of specified evaluation criteria for the ITT phase significantly reduces clarity for potential bidders on how their proposals will be assessed.

No evaluation criteria specified for ITT phase
Completeness60/100

Essential information such as title, reference, organization, value, duration, and key deadlines are provided. Requirements are listed. Nevertheless, the actual tender documents (ITT, PSQ, contract forms) are not available for review, and the evaluation criteria are missing, making the tender incomplete for a full assessment.

No access to full tender documents (ITT, PSQ, contract forms)
Missing evaluation criteria
Fairness60/100

The estimated value is disclosed, and requirements appear generic, not tailored. However, the lack of transparent evaluation criteria is a major fairness concern, as it can lead to subjective assessment. The flagged absence of e-submission also raises questions about equal access and efficiency.

Missing evaluation criteria
No e-submission flagged
Practicality60/100

Key practical details like contract start date, duration, and financing are clearly specified. However, the flagged absence of electronic submission and a direct URL for tender documents reduces the practicality and ease of access for bidders.

No e-submission flagged
No document URL provided
Data Consistency95/100

All critical data fields are populated, and there are no reported disputes or suspensions. The timeline and dates provided are logical and consistent throughout the tender information.

Sustainability30/100

The tender does not explicitly incorporate green procurement, social aspects, or a dedicated innovation focus within its criteria. While variant bids for new services show forward-thinking, they are not framed as sustainability or innovation procurement objectives.

Not green procurement
No social criteria

Strengths

Clear and detailed description of services and procurement structure (lots/sub-lots)
High estimated value and long contract duration, indicating a significant opportunity
Well-defined procedure type (Open) and reasonable overall timelines
Comprehensive AI-extracted requirements
Data consistency and logical timeline

Concerns

Absence of explicit evaluation criteria for the ITT phase
Lack of access to full tender documents (ITT, PSQ, contract forms)
Flagged absence of electronic submission
No explicit mention of sustainability, social, or innovation criteria
The requirement for an EWA before ITT access, while common, adds an initial hurdle

Recommendations

1. Publish detailed evaluation criteria, including weighting for price and quality, to enhance transparency and fairness.
2. Ensure all tender documents are readily accessible, ideally via a direct URL, to facilitate bidder participation.
3. Implement a fully electronic submission process to improve efficiency and equal access for all potential bidders.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline