Tender

Digital Diagnostic Solutions

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2025/S 000-003009

Procurement identifier (OCID): ocds-h6vhtk-049961

Published 29 January 2025, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

sam.ender2@supplychain.nhs.uk

Country

United Kingdom

Region code

UKI4 - Inner London – East

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

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

https://nhssupplychain.app.jaggaer.com//

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Digital Diagnostic Solutions

two.1.2) Main CPV code

  • 48180000 - Medical software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

Digital Diagnostic Solutions is to be the new Framework for the Medical IT Departmental Software and Hardware Solutions framework within NHS Supply Chain.

Digital systems are the backbone of any hospital with every department requiring a way to store, manage and share their data across sites, regions and even whole nations.

This framework will offer customers access to a number of suppliers across different clinical areas that sit within the Diagnostics, Equipment and Services area of NHS Supply Chain.

This Framework Agreement will offer managed and non-managed service contracts as well as software only.

Customers will have the ability to specify and create a fully bespoke Digital Diagnostic Solution for different requirements that can range from a single site or department to a solution across multiple departments or Trusts. Precise quantities are unknown. The estimated value over the total Framework Agreement term (including any extension options) is £700,000,000 including growth.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48180000 - Medical software package

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This procurement is to provide a route to market for departmental wide diagnostic IT solutions. This framework will sit alongside other capital equipment NHS Supply Chain frameworks such as but not limited to X-ray, MRI, CT.

The framework will cover the following areas.

Radiology PACS and Associated Hardware, Cardiology PACS and Associated Hardware, Radiology Information Systems (RIS) and Associated Hardware, Cardiovascular Information Systems (CVIS) and Associated Hardware, Laboratory Information Management Systems (LIMS) and Associated Hardware, Order Communication Systems and Associated Hardware, Vendor Neutral Imaging Archive (VNA) and Associated Hardware

Diagnostic Imaging Software and Associated Hardware – for example, Advanced 3D visualisation Software, Dose Monitoring, CAD Software

Diagnostic Ultrasound software and Associated Hardware – for example, Ultrasound Image Management.

Endoscopy Management and Reporting Solutions and Associated Hardware – for example, Endoscopy Departmental Information Systems and Endoscopy Image Management

Departmental Software Solutions and Associated Hardware – for example, Theatres Department Information System, Business Analytics, ICU Department Information System, Maternity Information systems, Interoperability sharing solutions.

Diagnostic AI and Associated Hardware

Multi-Disciplinary Team Software.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This framework agreement will have the option to extend up to a total period of 48 months.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be

in the region of £175,000,000.00 in the first year of this Framework Agreement,

however this is approximate only and the values may vary depending on the

requirements of those bodies purchasing under the Framework Agreement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Applicants should refer to II.6 of this Contract Notice for further details in respect of appointment to the Framework Agreement.

Applicants may bid for one or more product lines in the Commercial Envelope and should refer to the Invitation to Tender for more information in respect of this.

The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.

NHS Supply Chain expects to provide successful Suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives.

NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.

The Framework Agreement will be between NHS Supply Chain and the Supplier.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as Non-Direct Contract Products which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.

For the supplies and/or services identified as Direct Contract Products below 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated at II.2.1, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

Minimum level(s) of standards possibly required

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint ands Several liability.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-028849

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

Date

28 February 2025

Local time

3:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 8 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 March 2025

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at

https://nhssupplychain.app.jaggaer.com//

Candidates wishing to be considered for this contract must register their expression of interest and

provide additional procurement-specific information (if required) through the NHS Supply Chain

eTendering portal as follows:

Registration.

1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement

portal.

2. If not yet registered: — Click on the ‘Not Registered Yet’ link to access the registration page. —

Complete the registration pages as guided by the mini guide found on the landing page.

Portal access.

If registration has been completed:

— Login with URL https://nhssupplychain.app.jaggaer.com// .

— Click on ITTs Open to All Suppliers.

— Select from the following ITTs:

ITT_1592 - Digital Diagnostic Solutions

— Click on Express Interest.

— If you intend to respond select Intend to Respond.

Applicants are encouraged to download the supplier handbook located within the eProcurement portal by

following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard. For any

technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Please refer to Section III.1.1 for additional information.

six.4) Procedures for review

six.4.1) Review body

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)