Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
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)