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

Heart Attack Diagnosis Software Development

  • First published: 26 September 2025
  • Last modified: 26 September 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-05a1aa
Published by:
University Of Edinburgh
Authority ID:
AA21242
Publication date:
26 September 2025
Deadline date:
24 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Creation of software application classed as medical device.

The University of Edinburgh has developed a novel algorithm which may improve the accuracy of heart-attack diagnosis in the emergency department. A prototype of this software has been developed. The objective of this procurement is to identify a supplier to create a productionised version of this software tool, which for regulatory purposes in the UK, USA and EU would be classified as a ‘Medical Device’. Such a supplier will have exceptional competence in software development, and prior experience in creation of software classed as a ‘Medical Device’.

The supplier will be expected to (but not limited to…);

Demonstrate their prior expertise via example projects and references

Utilise modern, reliable, and maintainable programming language/s, frameworks and components to deliver the project.

Operate a quality management system in line with ISO13485 and follow any and all relevant guidance set by medical regulatory bodies in the UK, EU and USA in relation to production of software classed as a ‘medical device’

Utilise test-oriented development and design and deliver a test strategy for the development

Operate a sophisticated project management approach and transparent progress reporting and governing to maximise potential success of the project

Demonstrate how they will manage risk and uncertainty to ensure the project falls explicitly within the cost appetite

Be open to regulatory audit, if required, by a medical regulator in the UK, EU or USA; or, by a third party acting for the University for regulatory outcomes, which may include desktop review or site visit

The University anticipates awarding a Master Services Agreement to set the basis of the engagement and an initial engagement Statement of Work for the creation, testing and regulatory approval.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

UK

Telephone: +44 1316502759

E-mail: jpike2@ed.ac.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.ed.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Heart Attack Diagnosis Software Development

Reference number: EC1064

II.1.2) Main CPV code

72212180

 

II.1.3) Type of contract

Services

II.1.4) Short description

Creation of software application classed as medical device.

The University of Edinburgh has developed a novel algorithm which may improve the accuracy of heart-attack diagnosis in the emergency department. A prototype of this software has been developed. The objective of this procurement is to identify a supplier to create a productionised version of this software tool, which for regulatory purposes in the UK, USA and EU would be classified as a ‘Medical Device’. Such a supplier will have exceptional competence in software development, and prior experience in creation of software classed as a ‘Medical Device’.

The supplier will be expected to (but not limited to…);

Demonstrate their prior expertise via example projects and references

Utilise modern, reliable, and maintainable programming language/s, frameworks and components to deliver the project.

Operate a quality management system in line with ISO13485 and follow any and all relevant guidance set by medical regulatory bodies in the UK, EU and USA in relation to production of software classed as a ‘medical device’

Utilise test-oriented development and design and deliver a test strategy for the development

Operate a sophisticated project management approach and transparent progress reporting and governing to maximise potential success of the project

Demonstrate how they will manage risk and uncertainty to ensure the project falls explicitly within the cost appetite

Be open to regulatory audit, if required, by a medical regulator in the UK, EU or USA; or, by a third party acting for the University for regulatory outcomes, which may include desktop review or site visit

The University anticipates awarding a Master Services Agreement to set the basis of the engagement and an initial engagement Statement of Work for the creation, testing and regulatory approval.

II.1.5) Estimated total value

Value excluding VAT: 180 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72212180

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

University of Edinburgh

II.2.4) Description of the procurement

Short summary

Creation of software application classed as medical device.

The University of Edinburgh has developed a novel algorithm which may improve the accuracy of heart-attack diagnosis in the emergency department. A prototype of this software has been developed. The objective of this procurement is to identify a supplier to create a productionised version of this software tool, which for regulatory purposes in the UK, USA and EU would be classified as a ‘Medical Device’. Such a supplier will have exceptional competence in software development, and prior experience in creation of software classed as a ‘Medical Device’.

The supplier will be expected to (but not limited to…);

Demonstrate their prior expertise via example projects and references

Utilise modern, reliable, and maintainable programming language/s, frameworks and components to deliver the project.

Operate a quality management system in line with ISO13485 and follow any and all relevant guidance set by medical regulatory bodies in the UK, EU and USA in relation to production of software classed as a ‘medical device’

Utilise test-oriented development and design and deliver a test strategy for the development

Operate a sophisticated project management approach and transparent progress reporting and governing to maximise potential success of the project

Demonstrate how they will manage risk and uncertainty to ensure the project falls explicitly within the cost appetite

Be open to regulatory audit, if required, by a medical regulator in the UK, EU or USA; or, by a third party acting for the University for regulatory outcomes, which may include desktop review or site visit

The University anticipates awarding a Master Services Agreement to set the basis of the engagement and an initial engagement Statement of Work for the creation, testing and regulatory approval.

The estimated value of the tender represents an initial cost appetite of GBP180k (including VAT) (which the University may review from time to time), with contingency for potential additional work packages over the maximum term of the agreement. The estimate does not reflect an offer or promise of business above any contract which is ultimately signed by the parties.

AI Policy;

Due to the proprietary nature of the IP in this engagement and the human-safety implications of this technology;

A.The supplier at no time will be permitted to expose or query any part of the IP the University provides to the supplier to any public facing/internet connected AI system (including but not limited to ChatGPT, Grok, Claude etc.). Any other automated system is only to be used with permission of the University and with proper transparency about how it operates and is isolated from potential data harvesting or exfiltration.

B.The supplier shall not utilise any other AI to automatically generate the code base or any substantial part of it. (i.e. ‘Vibe coding’)

C.AI must not be utilised in the core logic, the app must be deterministic

D.The supplier shall be required to undertake human code review and resilience checking in addition to any automated tools

The complete requirements are set out in the procurement documentation.

Award

The University anticipates awarding a Master Services Agreement contract with a supplier for software development services for a period of 5 years, and an initial statement of work for the development of the productionised software product and supporting this through regulatory approvals.

Variation and options

The University reserves the right to award additional work packages to the winning Tenderer via the Negotiated Procedure Without Prior Call for Competition

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 50

Price / Weighting:  50

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

The option to extend or award for a further 1-4 years for additional deliveries, service or support

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

Envisaged minimum number: 3

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 24/10/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/11/2025

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: 23/01/2026

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30220. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

If a supplier does not currently provide any community benefits in the region of Edinburgh and East Scotland, an easy way to do this is via ESES Communities. This is a website funded by the Edinburgh&South East Scotland City Region Deal, which provides a public portal of pre-vetted social projects which businesses can choose to invest in. Suppliers can submit for an opportunity and when accepted will be advertised as a backer to the project. Opportunities may consist of simple donations (e.g. for school uniforms for impoverished children) or contribution of skills (such as providing IT training for the elderly).

The website can be found at:

https://www.esescommunities.org/

(SC Ref:811219)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sherriff Court

Edinburgh

UK

VI.5) Date of dispatch of this notice

25/09/2025

Coding

Commodity categories

ID Title Parent category
72212180 Medical software development services Programming services of application software

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:
jpike2@ed.ac.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.