Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
East of England NHS collaborative Procurement Hub
West Suffolk NHS Foundation Trust
Victoria House, Camlife, Cambridge Road, Fulbourn
Cambridge
CB215XA
UK
Contact person: Corporate Services
Telephone: +44 7956487948
E-mail: corporate.services@eoecph.nhs.uk
NUTS: UKH12
Internet address(es)
Main address: https://www.eoecph.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Teleradiology and Specialised Reporting Services
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The main purpose of this framework is for the provision of Teleradiology and Specialised Reporting Services.
Services offered under this Framework will meet the highest industry standards, supporting Contracting Authorities with the current and future day-to-day activities in respect of the requirements for the provision of Teleradiology and Specialised Reporting Services.
The key benefit and driver for this framework, is the services will offer a cost effective, value for money solution, utilising suitably qualified and skilled personnel to deliver radiology reporting, image interpretation, and support services to Contracting Authorities to facilitate their requirements; to increase their capacity and/or hit both short-term and long-term service targets.
This framework will be comprised of 3 Lots:
Lot 1 - Teleradiology Reporting Services (Outsourced and AI Assisted)
Lot 2 - Targeted Lung Checks
Lot 3 - Managed Service
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessible by Authorities in Wales, Scotland and Northern Ireland.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
300 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Teleradiology Reporting Services (Outsourced and AI Assisted)
II.2.2) Additional CPV code(s)
85110000
85141000
85150000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Current types of image reporting at commencement of the Framework will include but not be limited to the following types:
• Plain Radiograph (CD/DR)
• CT (Computed Tomography)
• MRI (Magnetic Resonance Imaging)
• Nuclear / PET CT
Also included will be a set of Sub-Specialties, as documented within the tender documents.
This framework supports varied reporting service options, including but not limited to:
• On demand reporting
• Major Trauma (within 60-minutes)
• Stroke (within 30-minutes)
• Routine radiology reporting (within 24-hours and 72-hours)
• Routine radiology reporting: overflow and backlog reporting (Up to 7-days)
• Acute reporting (within 1-hour)
• Inpatient reporting - In hours and out of hours (within 4-hours)
• 24-Hour availability
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £300,000,000.
The relevant authorities that will be able to use the framework are set out below.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
The duration of the framework will be 3 years with the option to extend for a further 12 months.
This is a renewal of an existing framework.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The framework award criteria are specified in the procurement documents.
Lot No: 2
II.2.1) Title
Targeted Lung Health Checks
II.2.2) Additional CPV code(s)
85110000
85141000
85150000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This Lot is seeking suppliers that can carry out Targeted Lung Health Checks (TLHC) in accordance with the TLHC Quality Standards and the TLHC Protocol.
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £300,000,000.
The relevant authorities that will be able to use the framework are set out below.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
The duration of the framework will be 3 years with the option to extend for a further 12 months.
This is a renewal of an existing framework.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The framework award criteria are specified in the procurement documents.
Lot No: 3
II.2.1) Title
Lot 3 Managed Service
II.2.2) Additional CPV code(s)
85110000
85141000
85150000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 3 is a locked Lot and will not be evaluated it is the intended that the inclusion of this Lot will only be available to providers that are awarded to Lot 1.
All providers awarded to Lot 1 of the framework, where they have indicated they wish to provide services against this locked Lot will be awarded irrespective of the total number of Providers awarded to the framework.
Providers awarded to Lot 3 may opt may offer an end-to-end managed service, service may include but not limited to:
• Triaging
• Workflows
• end to end systems
• data collation / data reporting, and service intelligence metrics
• Training
• Managed Service
• Quality Assurance and Reporting
• Consultancy
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £300,000,000.
The relevant authorities that will be able to use the framework are set out below.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
The duration of the framework will be 3 years with the option to extend for a further 12 months.
This is a renewal of an existing framework.
II.2.5) Award criteria
Cost criterion: Not Scored
/ Weighting: 0
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The framework award criteria are specified in the procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
This is a Provider Selection Regime (PSR) intention to award notice. As per the guidance set out by NHSE, the Procedure type has been set to 'Award of the contract without prior publication of a call for competition'.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-003581
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
4ways Healthcare Ltd
04785250
Hemel Hempstead
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Axon Medical Ltd
13047920
Birmingham
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CYA Medical Ltd (Trade Name - RadConsult)
14630823
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DMC Imaging Ltd
08257592
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Everlight Radiology Ltd
OC360458
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Hexard Group Ltd
10249971
Harrow
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
LMVP Telemedicine
12846354
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Medica Reporting Ltd
5026045
Hastings
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Medneo Diagnostics UK Ltd
11851997
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Teleconsult UK
10665923
Milton Keynes
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Telemedicine Clinic Ltd
06958314
Birmingham
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
The HLH Imaging Group Ltd
12641287
Ruislip
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 17th July 2025. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.
Any written representations should be sent to corporate.services@eoecph.nhs.uk.
The decision was made by the Corporate, Clinical and Regulation team at East of England NHS Collaborative Procurement Hub (EOECPH) in March 2025.
There were no conflicts of interest identified.
The decision to award this framework agreement and is in line with the competitive process and the evaluation was based against the five required key criteria as follows:
• Quality and Innovation - Assured - EOECPH are assured that the providers will be delivering a safe and effective service as required by the specification and the framework agreement.
• Value - Assured - EOECPH are assured that the providers will be delivering value against the framework agreement to contracting authorities that wish to call-off against the framework.
• Integration, Collaboration and Service Sustainability - Assured -EOECPH are assured that the providers will positively impact against the service specification as laid out in the tender documents.
• Improving Access, Reducing Health Inequalities and Facilitating Choice - Assured - EOECPH are assured that the providers will meet needs of the population to ensure equitable access and choice as required by the specification and the framework agreement.
• Social Value - Assured - EOECPH are assured that the providers will deliver in line with the NHS Net Zero Roadmap throughout the life of the framework agreement and any resulting call-offs against the framework.
VI.4) Procedures for review
VI.4.1) Review body
East of England NHS Collabortive Hub
Cambridge
UK
VI.5) Date of dispatch of this notice
07/07/2025