Tender

Teleradiology and Specialised Reporting Services

  • EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB

F02: Contract notice

Notice identifier: 2025/S 000-003581

Procurement identifier (OCID): ocds-h6vhtk-04db51

Published 4 February 2025, 9:39am



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

Email

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

https://www.eoecph.nhs.uk/

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