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