Opportunity

Teleradiology Services

  • East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust

F02: Contract notice

Notice reference: 2023/S 000-025814

Published 1 September 2023, 1:39pm



Section one: Contracting authority

one.1) Name and addresses

East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust

Victoria House, Capital Park

Fulbourn

CB21 5XB

Contact

Corporate Service

Email

corporate.services@eoecph.nhs.uk

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.eoecph.nhs.uk

Buyer's 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://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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://health-family.force.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 Services

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

East of England NHS Collaborative Procurement Hub on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) is seeking to award a Framework for the Provision of Teleradiology Services.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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

Lot 1 - Teleradiology Reporting Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85150000 - Medical imaging services
  • 85141000 - Services provided by medical personnel
  • 85110000 - Hospital and related 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework initial term of 24 months with the option to extend for a further 2 x 12 months

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) Description

two.2.1) Title

Lot 2 - AI Augmented Diagnostic and Reporting Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 72212460 - Analytical, scientific, mathematical or forecasting software development services
  • 33124110 - Diagnostic systems
  • 48328000 - Image-processing software package
  • 72300000 - Data services
  • 48461000 - Analytical or scientific software package
  • 48814400 - Clinical information system
  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

At commencement of the framework, it is envisaged services for this Lot will include, but are not limited to:
• triaging, workflows, data collation, data reporting, service intelligence metrics.

These broadly fall into these segments:

• Medical Image Analysis
• Computer Assisted Triage
• End to End managed systems / services tele-health

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

Yes

Description of renewals

Framework inital term of 24 months with the option to extend for a further 2 x 12 months

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) Description

two.2.1) Title

Lot 3 - Combined Services

Lot No

All Lots

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Where suppliers are awarded to both Lot 1 and Lot 2, suppliers will be able to offer combined services. This Lot will not be evaluated.

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

Yes

Description of renewals

Framework initial term of 24 months with the option to extend for a further 2 x 12 months

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


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

6 October 2023

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: 6 October 2023

four.2.7) Conditions for opening of tenders

Date

1 September 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NHS PiP member bodies as listed at the below websites and any additional new NHS PiP members including wholly owned companies and subsidiaries may utilise this framework during the contract term.
http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/
https://www.eoecph.nhs.uk/
In addition to the NHS PIP Members this Framework Agreement is for use by Contracting
Authorities in the United Kingdom (England, Scotland, Wales, and Northern Ireland), British
Overseas Territories, and Crown Dependencies that exist on [insert date of tender issue] and
which fall into one or more of the following categories:
1. Any of the following:
(a) Non ministerial government departments;
(b) Executive agencies of government;
(c) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(d) Assembly Sponsored Public Bodies (ASPBs);
(e) NHS bodies;
(f) Social Enterprises;
(g) Independent health advisory organisations working in conjunction with or on behalf of the Public Sector
(h) GP’s and GP Federations working in conjunction with or on behalf of the Public Sector

2. Those who are Wholly Owned Subsidiaries of NHS Foundation Trusts and members of one of the PiP member bodies including but not limited to;
• Barnsley Facilities Services LTD (wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust
• Calderdale and Huddersfield Solutions LTD (wholly owned subsidiary of Calderdale and Huddersfield NHS Foundation Trust
• Derbyshire Support and Facilities services LTD (Wholly owned subsidiary of chesterfield Royal hospitals NHS Foundation Trust
• Harrogate Healthcare Facilities Management LTD t/a Harrogate Integrated Facilities LTD (Wholly owned subsidiary of Harrogate and District NHS Foundation Trust
• York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York and Scarborough Teaching Hospital NHS Foundation Trust)
• Any future Wholly owned subsidiary listed on the below websites
http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/
https://www.eoecph.nhs.uk/

3. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.

4. Those listed and maintained by the Office of National Statistics (ONS) at Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk) or any replacement or updated web-link.

5. Those bodies in England, Scotland, Wales or Northern Ireland which are within the scope of the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.

6. Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care, as listed at: https://www.gov.im/about-the-government/departments or any replacement or updated web-link.

six.4) Procedures for review

six.4.1) Review body

NHS Litigation Authority

8th Floor, 10 South Colonnade, Canary Wharf

London

E14 4PU

Country

United Kingdom

Internet address

https://www.resolution.nhs.uk/