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 Services

  • First published: 02 September 2023
  • Last modified: 02 September 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-03f901
Published by:
East of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust
Authority ID:
AA77991
Publication date:
02 September 2023
Deadline date:
06 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
48461000 Analytical or scientific software package Analytical, scientific, mathematical or forecasting software package
72212460 Analytical, scientific, mathematical or forecasting software development services Programming services of application software
48814400 Clinical information system Medical information systems
72300000 Data services IT services: consulting, software development, Internet and support
33124110 Diagnostic systems Diagnostics and radiodiagnostic devices and supplies
85100000 Health services Health and social work services
85110000 Hospital and related services Health services
48328000 Image-processing software package Drawing and imaging software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
85150000 Medical imaging services Health services
85141000 Services provided by medical personnel Miscellaneous health services
48000000 Software package and information systems Computer and Related 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.