Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust
Victoria House, Capital Park
Fulbourn
CB21 5XB
UK
Contact person: Corporate Service
E-mail: corporate.services@eoecph.nhs.uk
NUTS: UKH12
Internet address(es)
Main address: https://www.eoecph.nhs.uk
Address of the buyer profile: 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://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.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 Services
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
East of England NHS Collaborative Procurement Hub on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) is seeking to award a Framework for the Provision of Teleradiology Services.
II.1.5) Estimated total value
Value excluding VAT:
40 000 000.00
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: All Lots
II.2.1) Title
Lot 3 - Combined Services
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Where suppliers are awarded to both Lot 1 and Lot 2, suppliers will be able to offer combined services. This Lot will not be evaluated.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Framework initial term of 24 months with the option to extend for a further 2 x 12 months
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:
No
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: 1
II.2.1) Title
Lot 1 - Teleradiology Reporting Services
II.2.2) Additional CPV code(s)
85100000
85150000
85141000
85110000
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: <br/>• Plain Radiograph (CD/DR)<br/>• CT (Computed Tomography) <br/>• MRI (Magnetic Resonance Imaging)<br/>• Nuclear / PET CT<br/><br/>Also included will be a set of Sub-Specialties, as documented within the tender documents. <br/><br/><br/>This framework supports varied reporting service options, including but not limited to: <br/>• On demand reporting<br/>• Major Trauma (within 60-minutes)<br/>• Stroke (within 30-minutes)<br/>• Routine radiology reporting (within 24-hours and 72-hours)<br/>• Routine radiology reporting: overflow and backlog reporting (Up to 7-days)<br/>• Acute reporting (within 1-hour)<br/>• Inpatient reporting – In hours and out of hours (within 4-hours)<br/>• 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Framework initial term of 24 months with the option to extend for a further 2 x 12 months
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:
No
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
Lot 2 - AI Augmented Diagnostic and Reporting Services
II.2.2) Additional CPV code(s)
85100000
72212460
33124110
48328000
72300000
48461000
48814400
48000000
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
At commencement of the framework, it is envisaged services for this Lot will include, but are not limited to:<br/>• triaging, workflows, data collation, data reporting, service intelligence metrics. <br/><br/>These broadly fall into these segments:<br/><br/>• Medical Image Analysis<br/>• Computer Assisted Triage<br/>• End to End managed systems / services tele-health
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Framework inital term of 24 months with the option to extend for a further 2 x 12 months
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:
No
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.
Justification for any framework agreement duration exceeding 4 years: N/A
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:
06/10/2023
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
Tender must be valid until:
06/10/2023
IV.2.7) Conditions for opening of tenders
Date:
01/09/2023
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NHS PiP member bodies as listed at the below websites and any additional new NHS PiP members including wholly owned companies and subsidiaries may utilise this framework during the contract term.<br/>http://noecpc.nhs.uk/current-members<br/>https://www.commercialsolutions-sec.nhs.uk/<br/>https://www.lpp.nhs.uk/<br/>https://www.eoecph.nhs.uk/<br/>In addition to the NHS PIP Members this Framework Agreement is for use by Contracting<br/>Authorities in the United Kingdom (England, Scotland, Wales, and Northern Ireland), British<br/>Overseas Territories, and Crown Dependencies that exist on [insert date of tender issue] and<br/>which fall into one or more of the following categories: <br/>1. Any of the following:<br/>(a) Non ministerial government departments;<br/>(b) Executive agencies of government;<br/>(c) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;<br/>(d) Assembly Sponsored Public Bodies (ASPBs);<br/>(e) NHS bodies;<br/>(f) Social Enterprises;<br/>(g) Independent health advisory organisations working in conjunction with or on behalf of the Public Sector<br/>(h) GP’s and GP Federations working in conjunction with or on behalf of the Public Sector <br/><br/>2. Those who are Wholly Owned Subsidiaries of NHS Foundation Trusts and members of one of the PiP member bodies including but not limited to;<br/>• Barnsley Facilities Services LTD (wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust<br/>• Calderdale and Huddersfield Solutions LTD (wholly owned subsidiary of Calderdale and Huddersfield NHS Foundation Trust<br/>• Derbyshire Support and Facilities services LTD (Wholly owned subsidiary of chesterfield Royal hospitals NHS Foundation Trust<br/>• Harrogate Healthcare Facilities Management LTD t/a Harrogate Integrated Facilities LTD (Wholly owned subsidiary of Harrogate and District NHS Foundation Trust<br/>• York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York and Scarborough Teaching Hospital NHS Foundation Trust)<br/>• Any future Wholly owned subsidiary listed on the below websites <br/>http://noecpc.nhs.uk/current-members<br/>https://www.commercialsolutions-sec.nhs.uk/ <br/>https://www.lpp.nhs.uk/ <br/>https://www.eoecph.nhs.uk/ <br/><br/>3. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.<br/><br/>4. Those listed and maintained by the Office of National Statistics (ONS) at Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk) or any replacement or updated web-link.<br/><br/>5. Those bodies in England, Scotland, Wales or Northern Ireland which are within the scope of the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.<br/><br/>6. Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care, as listed at: https://www.gov.im/about-the-government/departments or any replacement or updated web-link.
VI.4) Procedures for review
VI.4.1) Review body
NHS Litigation Authority
8th Floor, 10 South Colonnade, Canary Wharf
London
E14 4PU
UK
Internet address(es)
URL: https://www.resolution.nhs.uk/
VI.5) Date of dispatch of this notice
01/09/2023