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

NHS England

Go / No-Go Overview

Ready-made bid overview based on the tender docs.

Don't miss reqsMust-havesDates + value

Deadline

5 June 2026 at 17:00

Value

£1538.8m - £1637.9m

Location

London

Tender Documents Provided by the BuyerDownloaded from the buyer's tender portal

Sign up for a free account to download these documents.
PDFITT Instructions239 KB
DOCXSpecification Part 2500 KB
XLSXPricing Schedule87 KB
DOCXQuality Questions174 KB

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.

Contracting Authority

Organisation
NHS England
Organisation ID
GB-PPON-PDPT-3135-BWWY
Address
Wellington House, 133-135 Waterloo Rd, London, SE1 8UG, United Kingdom
Region
UKI45

Buyer Contact

Name
Surinder Singh Kahlon

CPV Classifications

Reference Details

Published
20 February 2026 at 10:15
Reference
C419998
Enquiry Deadline
6 March 2026 at 12:00
Procurement Category
services
Procedure Type
Open procedure
Official Portal
Go to portal

Need help writing this bid?

HealthIndustryTenders.com is the UK's leading health industry bid writing agency

Get Bid Support

Full-service support from just £500 per tender