Tender

Outsourced Complex CBCT Reporting YSTH

  • York and Scarborough Teaching Hospital NHS Foundation Trust

F01: Prior information notice (call for competition)

Notice identifier: 2025/S 000-033029

Procurement identifier (OCID): ocds-h6vhtk-054e75

Published 17 June 2025, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

York and Scarborough Teaching Hospital NHS Foundation Trust

York Hospital, Wigginton Road

York

YO31 8HE

Contact

Neil Dodds

Email

neil.dodds1@nhs.net

Telephone

+44 1723236139

Country

United Kingdom

Region code

UKE21 - York

Internet address(es)

Main address

https://www.york.nhs.uk

Buyer's address

https://www.york.nhs.uk

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

Outsourced Complex CBCT Reporting YSTH

Reference number

C369579

two.1.2) Main CPV code

  • 85121200 - Medical specialist services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a notice of the Trust's intention to award a contract under the Provider Selection Regime Most Suitable Provider process for the provision of Outsourced Complex Cone Beam Computed Tomography (CBCT) Radiographic Reporting.

The Head and Neck Department at York Hospital is seeking a suitably qualified, accredited, experienced and CQC registered Provider to provide external reporting services with expertise in head and neck radiology, in particular CBCT imaging. The Provider is to supply specialist radiographic interpretation and reporting of complex CBCT scans used primarily in maxillofacial, dental, and ENT diagnostic contexts.

Scope of Work

The provider will:
• Receive digital CBCT scan data securely via an approved PACS-compatible platform or cloud-based transfer.
• Interpret and report on complex cases involving craniofacial structures, TMJ assessment, sinus pathology, and other relevant anatomical regions.
• Deliver formal radiology reports signed off by a qualified radiologist with demonstrable experience in CBCT reporting.
• Flag urgent or unexpected findings as per pre-agreed escalation protocols.

Inclusions
• Interpretation of CBCT images (dental and ENT-focused).
• Report delivery in a standardised format compatible with the organisation’s EPR.
• Peer review or quality assurance of a defined sample of reports.
• Direct liaison with the referring clinician, where necessary, for clarification.

Exclusions
• Routine or non-complex CBCT reporting.
• Interpretation of non-CBCT radiographs.
• Image acquisition (this remains the responsibility of the commissioning organisation).

Quality Standards
The service provider must:
• Be CQC Registered for the required services
• Ensure reports are delivered by radiologists with appropriate GMC/NMC/GDC registration and fellowship of relevant professional bodies.
• Adhere to RCR, SEDENTEXCT, and FGDP/CGDent guidelines for CBCT reporting.
• Participate in ongoing audit and quality improvement.
• Ensure all personnel have up-to-date training in data protection and clinical governance.

Performance Metrics & KPIs:
- Report turnaround time ≥ 90% within 3 working days
- Urgent report turnaround ≤ 24 hours
- Reporting accuracy ≥ 95% on peer-reviewed sample
- Clinician satisfaction ≥ 90% positive feedback

Volume and Activity Assumptions:
Expected annual volume: 20-40 scans per year
Service will be reviewed quarterly based on activity trends and clinical feedback.

two.1.5) Estimated total value

Value excluding VAT: £9,600

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85148000 - Medical analysis services

two.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

Sites of York and Scarborough Teaching Hospitals NHS Foundation Trust

two.2.4) Description of the procurement

This is a notice of the Trust's intention to award a contract under the Provider Selection Regime Most Suitable Provider process for the provision of Outsourced Complex Cone Beam Computed Tomography (CBCT) Radiographic Reporting.

The Head and Neck Department at York Hospital is seeking a suitably qualified, accredited, experienced and CQC registered Provider to provide external reporting services with expertise in head and neck radiology, in particular CBCT imaging. The Provider is to supply specialist radiographic interpretation and reporting of complex CBCT scans used primarily in maxillofacial, dental, and ENT diagnostic contexts.

Scope of Work

The provider will:
• Receive digital CBCT scan data securely via an approved PACS-compatible platform or cloud-based transfer.
• Interpret and report on complex cases involving craniofacial structures, TMJ assessment, sinus pathology, and other relevant anatomical regions.
• Deliver formal radiology reports signed off by a qualified radiologist with demonstrable experience in CBCT reporting.
• Flag urgent or unexpected findings as per pre-agreed escalation protocols.

Inclusions
• Interpretation of CBCT images (dental and ENT-focused).
• Report delivery in a standardised format compatible with the organisation’s EPR.
• Peer review or quality assurance of a defined sample of reports.
• Direct liaison with the referring clinician, where necessary, for clarification.

Exclusions
• Routine or non-complex CBCT reporting.
• Interpretation of non-CBCT radiographs.
• Image acquisition (this remains the responsibility of the commissioning organisation).

Quality Standards
The service provider must:
• Be CQC Registered for the required services
• Ensure reports are delivered by radiologists with appropriate GMC/NMC/GDC registration and fellowship of relevant professional bodies.
• Adhere to RCR, SEDENTEXCT, and FGDP/CGDent guidelines for CBCT reporting.
• Participate in ongoing audit and quality improvement.
• Ensure all personnel have up-to-date training in data protection and clinical governance.

Performance Metrics & KPIs:
- Report turnaround time ≥ 90% within 3 working days
- Urgent report turnaround ≤ 24 hours
- Reporting accuracy ≥ 95% on peer-reviewed sample
- Clinician satisfaction ≥ 90% positive feedback

Volume and Activity Assumptions:
Expected annual volume: 20-40 scans per year
Service will be reviewed quarterly based on activity trends and clinical feedback.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £9,600

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

Duration in months

17

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

Suitably qualified, accredited, experienced and CQC registered Provider to provide external reporting services with expertise in head and neck radiology, in particular CBCT imaging and able to meet the full requirements of all elements detailed in the service specification.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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 expressions of interest

Date

1 July 2025

Local time

6:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 - Most Suitable Provider process. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.

This contract is being awarded under the Health Care Services (Provider Selection Regime) Regulations 2023 Most Suitable Provider process.

This notice is to invite expressions of interest from suitable providers. The deadline for submitting an expression of interest is 18:00hrs 1st July 2025. Expressions of interest should be submitted either via the Atamis e-procurement portal or by email to Neil Dodds - neil.dodds1@nhs.net

Target start date for the contract is 28/07/2025 or sooner. The initial contract period will be 11 months from 28/07/2025 to 30/06/2026, with options to extend for a further 2 periods of 6 months each.

Total estimated contract value is £4,500 for the initial term and up to £9,600 including the extension options.

The contract award decision will be made by the senior managers of the Head & Neck and Plastics care group, procurement, contracting and commissioning teams and appropriate Trust executive team members.

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/