- Scope of the procurement
- Lot 1. Outsourced Radiology Reporting (AI assisted and traditional reporting)
- Lot 2. Insourced (Onsite) Radiology Reporting (AI assisted and traditional reporting)
- Lot 3. Targeted Lungs Cancer Detection Reporting and Associated Service
- Lot 4. Training and Consultancy
- Lot 5. Bespoke
Section one: Contracting authority
one.1) Name and addresses
Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions
THIRD FLOOR, LEATHERHEAD HOUSE, STATION ROAD
Leatherhead
KT22 7FG
Contact
NHS Commercial Solutions Digital Team
Telephone
+44 1306646816
Country
United Kingdom
Region code
UK - United Kingdom
Charity Commission (England and Wales)
1126477
Internet address(es)
Main address
https://www.commercialsolutions-sec.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://commercialsolutions.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://commercialsolutions.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://commercialsolutions.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
Radiology Reporting & Associated Services Framework Agreement
Reference number
5416-5292
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender opportunity notice for Radiology Reporting and Associated Services Framework Agreement are covered under -
1. Public Contracts Regulation (PCR) 2015; and
2. The Provider Selection Regime (PSR) 2024.
PSR 2024 will take precedence over the PCR 2015 where the processes and provisions are in conflict.
This Framework Agreement will appoint a pool of suppliers who specialise the provision of Radiology Reporting Services for potential use by the NHS and the wider public bodies in the UK. The following in-scope elements are captured at a higher level:
Lot 1: Outsourced Radiology Reporting (AI assisted and traditional reporting)
Lot 2: Insourced (Onsite) Radiology Reporting (AI assisted and traditional reporting)
Lot 3: Targeted Lungs Cancer Detection Reporting and Associated Service
Lot 4: Training and Consultancy
Lot 5: Bespoke
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Outsourced Radiology Reporting (AI assisted and traditional reporting)
Lot No
1
two.2.2) Additional CPV code(s)
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Outsourced Radiology Reporting (AI assisted and traditional reporting) should provide the Contracting Authority(ies) with Outsourced Radiology Reporting Services, Artificial Intelligence assisted and/or through traditional human studied, via a digitalised workflow system in compliance with the minimum NHS IT standards, data protection and information governance and other requirements.
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: £70,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 2X12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for 2X12 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Insourced (Onsite) Radiology Reporting (AI assisted and traditional reporting)
Lot No
2
two.2.2) Additional CPV code(s)
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Insourced (Onsite) Radiology Reporting (AI assisted and traditional reporting) should provide the Contracting Authority(ies) with Insourcing Radiology Reporting Services, Artificial Intelligence assisted and/or through traditional human studied, via a digitalised workflow system in compliance with the minimum NHS IT standards, data protection and information governance and other requirements.
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: £70,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Optional 2X12 months extension
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Optional 2X12 months extension
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Targeted Lungs Cancer Detection Reporting and Associated Service
Lot No
3
two.2.2) Additional CPV code(s)
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Targeted Lungs Cancer Detection Reporting and Associated Service should provide the Contracting Authority(ies) with Outsourced/Insourced Radiology Reporting Services, Artificial Intelligence assisted and/or through traditional human studied, via a digitalised workflow system in compliance with the minimum NHS IT standards, data protection and information governance and other requirements for delivering Targeted Lungs Cancer Detection Reporting and Associated Services.
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: £70,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 2X12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for 2X12 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Training and Consultancy
Lot No
4
two.2.2) Additional CPV code(s)
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Training and Consultancy should provide the Contracting Authority(ies) with Training and specialist consultancy services at various Radiology Reporting Services, standards, qualification either via off-the shelves training services or tailor-made programme required by a Contracting Authority.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 2X12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for 2X12 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Bespoke
Lot No
5
two.2.2) Additional CPV code(s)
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Bespoke – Could be a combination of the services from either Lot 1, 2 3 and 4 and associated services for hosting/facilitating these services as specified by Contracting Authority(ies).
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Optional 2X12 months extension
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Optional 2X12 months extension
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As defined in the tender documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 2024
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
Tender must be valid until: 26 July 2024
four.2.7) Conditions for opening of tenders
Date
26 March 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
six.4) Procedures for review
six.4.1) Review body
Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
Leatherhead
Country
United Kingdom