Tender

Artificial Intelligence (AI) Stroke Imaging System

  • NHS Wales Shared Services Partnership

F02: Contract notice

Notice identifier: 2021/S 000-002596

Procurement identifier (OCID): ocds-h6vhtk-02918b

Published 9 February 2021, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership

Cardiff and Vale University Local Health Board, Woodlands House, Maes-Y-Coed Road

Cardiff

CF14 4HH

Contact

Emma Lane

Email

emma.lane@wales.nhs.uk

Telephone

+44 02921836450

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Artificial Intelligence (AI) Stroke Imaging System

Reference number

CAV-OJEU-PROJECT46495

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are acting on behalf of Cardiff and Vale University Local Health Board who are seeking to establish a contract for Artificial Intelligence (AI) Stroke Imaging System for NHS Wales.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

The Health Board are leading on a Procurement for Artificial Intelligence (AI) Stroke Imaging for NHS Wales.

In the UK, most stroke patients present to Primary Stroke Centres (PSC) where intravenous thrombolysis can be delivered, provided patients are identified and the physicians are able to administer therapy. However, there can be a lack of specialist neuroradiology or clinical expertise to aid physicians in the interpretation of acute stroke scans and the time-critical management decisions of these patients. There is a need to support physicians to make decisions about both intravenous thrombolysis and mechanical thrombectomy. Effective determination of stroke diagnosis can be challenging clinically, but positive identification of ischemia on imaging is associated with improved treatment decisions and patient flow.

At PSCs imaging is frequently limited to non-contrast CT scanning alone, or at most with the addition of CT angiography (CTA), and without ready access to MRI or CTP, further challenging appropriate patient selection. A key challenge for the NHS healthcare system is to identify patients who will benefit from thrombectomy without transferring excessive numbers of unsuitable patients to the CSC, consuming unnecessary and costly clinical resources, and overwhelming the capacity of these specialist services.

Once patients at PSCs are screened for transfer to a CSC, both imaging and clinical information then needs to be transferred to the CSC at the time that a referral takes place to make the final decision. While clinical data can usually be communicated by telephone, imaging data necessarily requires a computer-based solution.

Therefore, the Health Board is seeking a purchase of an AI stroke imaging system with support services over a three to five year period.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract will have an option to extend for up two years at the sole discretion of the Health Board which is included in the months duration stated within this notice.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 March 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 March 2021

Local time

2:00pm

Place

Electronically via Bravo Solutions etenderwales system


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please note additional information on this procurement:

1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.

2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

3. The Contracting Authority will not accept completed ITT's after the stated closing date.

4. All documents to be priced (where applicable) in sterling and all payments made in sterling.

5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale University Local Health Board.

7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_85862 for all tender documentation.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=108096

(WA Ref:108096)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

HIgh Court

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.

Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.