Opportunity

Digital Image Capture, Referral and Integration Solution

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice reference: 2023/S 000-022502

Published 2 August 2023, 4:10pm



Section one: Contracting authority

one.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Email

heather.campbell6@nhs.scot

Telephone

+44 1312757454

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

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://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.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

Digital Image Capture, Referral and Integration Solution

Reference number

NP510023

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Common Services Agency (more commonly known as National Services Scotland) (‘NSS’) acting

through its division Procurement, Commissioning & Facilities is undertaking this procurement of the supply and delivery of a Digital Image Capture, Referral and Integration Solution.

NSS is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate of the total potential value over the term of the framework is noted within the contract notice. The current realistic anticipated framework expenditure is circa 930k GBP, however the maximum anticipated expenditure for the framework is 1.3 million GBP over the life of the framework.

two.1.5) Estimated total value

Value excluding VAT: £930,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 85121282 - Dermatology services
  • 48328000 - Image-processing software package

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

14 Regional Health Boards across Scotland and 2 National Health Boards

two.2.4) Description of the procurement

This project is derived from the Accelerated National Innovation Adoption (ANIA) Pathway. This is an initiative focused on using technology to fast-track proven innovations into the healthcare frontline on a Once for Scotland basis.

This innovation uniquely enables the capture and inclusion of triage quality image(s) via a technology solution (App) as part of the primary care referral process to secondary care Dermatology services.

The technology solution overcomes the GDPR issue of images being stored locally, enabling consultant Dermatologists to conduct improved Active Clinical Referral Triage (ACRT) to determine if a face-to-face appointment is required.

The service is intended to:

1. Reduce the number of face-to-face secondary care appointments required;

2. Facilitate more accurate allocation of referral priority

3. Reduce waiting times for specialist treatment, and

4. Offer similar clinical outcomes, quality of life and patient satisfaction as conventional referral.

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements / Weighting: 30

Quality criterion - Name: Non-Functional Requirements / Weighting: 20

Quality criterion - Name: Implementation / Weighting: 10

Quality criterion - Name: Demonstrations / Weighting: 10

Cost criterion - Name: Price / Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Health Boards will have the option to call-off from the Framework. The initial term of the call-off contracts will be 2 years with options of 3 annual extensions thereafter.

However a fixed price is required for a three-year period (two-year initial term plus one-year of the extended call-off terms available).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

As part of this procurement, a proposed key minimum dataset of DICOM-standard clinical metadata for use in real-world dermatological images is required to be adhered to. A list of relevant data points has been proposed. These proposed data points have been reviewed by the British Association of Dermatologists Artificial Intelligence Working Party Group (BAD AI WPG).


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

Please refer to the details provided on the SPD document.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder should provide its yearly (“specific”) turnover in the business area(s) covered by the contract and specified in the relevant Contract Notice: 3 Fiscal Years

All Contractors must confirm that if required by NSS following evaluation of response to SPD, a Parent Company Guarantee will be provided that is deemed to be satisfactory to the Authority.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Minimum level(s) of standards possibly required

Employers liability insurance: 5 000 000 GBP;

Public liability insurance: 1 000 000 GBP;

Professional indemnity insurance: 1 000 000 GBP

Aggregate liability indemnity: 2 000 000 GBP

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See 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 a single operator

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

4 September 2023

Local time

10:00am

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: 5 February 2024

four.2.7) Conditions for opening of tenders

Date

4 September 2023

Local time

10:00am

Place

National Services Scotland (NSS)

Information about authorised persons and opening procedure

National Procurement Personnel


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

This framework agreement will apply to the following NHS Scotland Regional Health Boards:

Ayrshire and Arran Health Board

Borders Health Board

Dumfries and Galloway Health Board

Lothian Health Board

Fife Health Board

Forth Valley Health Board

Grampian Health Board

Greater Glasgow Health Board

Highland Health Board

Lanarkshire Health Board

Orkney Health Board

Shetland Health Board

Tayside Health Board

Western Isles Health Board

and the following National Health Boards:

National Services Scotland (Common Services Agency)

Golden Jubilee Hospital (National Waiting Times Centre Board)

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is - project_23968

For more information visit: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the

Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

This framework will not be Sub-contracted.

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows: The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23968. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.

(SC Ref:727976)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the authority despatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within 15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not prevent the authority from awarding the framework agreement following the expiry of the standstill period. Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom