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
Telephone
+44 1723236139
Country
United Kingdom
Region code
UKE21 - York
Internet address(es)
Main address
Buyer's address
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
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom