Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Teleradiology and Specialised Reporting Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04db51
Published by:
East Of England NHS Collaborative Procurement Hub
Authority ID:
AA81344
Publication date:
12 March 2025
Deadline date:
07 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 accessable by Authorities in Wales, Scotland and Northern Ireland.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB

west Suffolk NHS Foundation Trust

2-4 Victoria House

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-1928.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-1928.my.site.com/s/Welcome


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 accessable by Authorities in Wales, Scotland and Northern Ireland.

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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:

UK

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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

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:

UK

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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

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:

UK

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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/03/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 36 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/03/2025

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This is a Provider Selection Regime (PSR) Contract 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.

VI.4) Procedures for review

VI.4.1) Review body

East of England NHS Collaborative Procurement Hub

Cambridge

UK

VI.5) Date of dispatch of this notice

04/02/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
85110000 Hospital and related services Health services
85150000 Medical imaging services Health services
85141000 Services provided by medical personnel Miscellaneous health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
corporate.services@eoecph.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.