Section one: Contracting authority
one.1) Name and addresses
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
CH2 1UL
Country
United Kingdom
NUTS code
UK - United Kingdom
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services
Reference number
F/083/TSS/22/AB
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
While the demand on radiology services is increasing with the quantity of scans and required reports going up, the number of radiologists is decreasing resulting in backlogs and pressure on existing staff. Teleradiology offers trusts an alternative to manage routine, urgent or specialist workload, and supports with the reduction of backlogs in care.
Teleradiology is the transmission of patients’ radiological images between different locations for the production of a primary report, expert second opinion or clinical review. Telepathology is the electronic transmission of pathological images, usually derived from microscopes, from one location to another, for the purpose of interpretation and diagnosis. The different locations can be within the same organisation or in different organisations, within the same country or across international boundaries.
Other areas of telemedicine are also now being explored, including but not limited to telepathology, telemicrobiology and teledermatology. The scope of this agreement will include these and other specialties of telemedicine to allow for expansion into new services during the term of the agreement, to help support the NHS with elective recovery.
Radiology workflow management systems are designed to improve productivity and efficiency in radiology departments. As business intelligence systems they allow precise forecasting of reporting capacity, enabling optimisation of departmental rotas and highlight areas for strategic recruitment based on supply and demand. These systems can reduce the costs of outsourcing and support radiology departments to operate as efficiently as possible.
Proposed Framework:
The Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services, wishes to award a national framework agreement with three Lots:
Lot 1 – Teleradiology and Telemedicine Services
Lot 2 – Telepathology Services
Lot 3 – Radiology Workflow Management Systems
Tenders may be submitted for one or more Lots.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
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 and Telemedicine Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85100000 - Health services
- 85110000 - Hospital and related services
- 85120000 - Medical practice and related services
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- IM - Isle of Man
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 concerns the provision of teleradiology and other telemedicine services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (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) Description
two.2.1) Title
Telepathology Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85110000 - Hospital and related services
- 85111800 - Pathology services
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- IM - Isle of Man
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 concerns the provision of Telepathology Services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (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) Description
two.2.1) Title
Radiology Workflow Management Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 concerns the provision of Radiology Workflow Management Systems, including all associated service, maintenance and support.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (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
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
18 July 2022
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 July 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
How to express interest and bid for this opportunity
1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities;
2) Select the title of the ITT.
3) Review the ITT, framework agreement specification, prerequisites and list of eligible users (you may do this without registering).
4) Register your organisation on the eSourcing portal (this is only required once).
5) Accept the portal terms and conditions and click ‘continue’, enter your organisation and user details; note the username you chose and click ‘Save’ when complete; you will shortly receive an e-mail with your unique password (please keep this secure);
6) Login to the portal with the username/password.
7) Click the ‘PQQs/ITTs Open To All Suppliers’ link (These are pre-qualification questionnaires or invitations to tender open to any registered supplier).
8) Click on the relevant PQQ/ITT to access the content.
9) Click the ‘Express Interest’ button at the top of the page. This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.
10) Responding to the ITT. Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).
You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the ITT There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help or contact the eTendering help desk.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom