Section one: Contracting authority
one.1) Name and addresses
EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB
2-4 Victoria House
CAMBRIDGE
CB215XA
Contact
Corporate Services
corporate.services@eoecph.nhs.uk
Telephone
+44 7956487948
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
NHS Organisation Data Service
west Suffolk NHS Foundation Trust
Internet address(es)
Main address
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://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
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
Teleradiology and Specialised Reporting Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The main purpose of this framework is for the provision of Teleradiology and Specialised Reporting Services.
Services offered under this Framework will meet the highest industry standards, supporting Contracting Authorities with the current and future day-to-day activities in respect of the requirements for the provision of Teleradiology and Specialised Reporting Services.
The key benefit and driver for this framework, is the services will offer a cost effective, value for money solution, utilising suitably qualified and skilled personnel to deliver radiology reporting, image interpretation, and support services to Contracting Authorities to facilitate their requirements; to increase their capacity and/or hit both short-term and long-term service targets.
This framework will be comprised of 3 Lots:
Lot 1 - Teleradiology Reporting Services (Outsourced and AI Assisted)
Lot 2 - Targeted Lung Checks
Lot 3 - Managed Service
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Teleradiology Reporting Services (Outsourced and AI Assisted)
Lot No
1
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85141000 - Services provided by medical personnel
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Current types of image reporting at commencement of the Framework will include but not be limited to the following types:
• Plain Radiograph (CD/DR)
• CT (Computed Tomography)
• MRI (Magnetic Resonance Imaging)
• Nuclear / PET CT
Also included will be a set of Sub-Specialties, as documented within the tender documents.
This framework supports varied reporting service options, including but not limited to:
• On demand reporting
• Major Trauma (within 60-minutes)
• Stroke (within 30-minutes)
• Routine radiology reporting (within 24-hours and 72-hours)
• Routine radiology reporting: overflow and backlog reporting (Up to 7-days)
• Acute reporting (within 1-hour)
• Inpatient reporting - In hours and out of hours (within 4-hours)
• 24-Hour availability
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
Option to extend for a further 12 months
two.2) Description
two.2.1) Title
Targeted Lung Health Checks
Lot No
2
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85141000 - Services provided by medical personnel
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is seeking suppliers that can carry out Targeted Lung Health Checks (TLHC) in accordance with the TLHC Quality Standards and the TLHC Protocol.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
Option to extend for a further 12 months
two.2) Description
two.2.1) Title
Lot 3 Managed Service
Lot No
3
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85141000 - Services provided by medical personnel
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 is a locked Lot and will not be evaluated it is the intended that the inclusion of this Lot will only be available to providers that are awarded to Lot 1.
All providers awarded to Lot 1 of the framework, where they have indicated they wish to provide services against this locked Lot will be awarded irrespective of the total number of Providers awarded to the framework.
Providers awarded to Lot 3 may opt may offer an end-to-end managed service, service may include but not limited to:
• Triaging
• Workflows
• end to end systems
• data collation / data reporting, and service intelligence metrics
• Training
• Managed Service
• Quality Assurance and Reporting
• Consultancy
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
Option to extend for a further 12 months
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.1.3) 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.2.2) Time limit for receipt of tenders or requests to participate
Date
7 March 2025
Local time
12:00pm
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: 36 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 March 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
East of England NHS Collaborative Procurement Hub
Cambridge
Country
United Kingdom