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