Section one: Contracting authority
one.1) Name and addresses
The Royal Marsden NHS Foundation Trust
Unit G3, Harbour Yard, Chelsea Harbour
London
SW10 0XD
clcht.nwlicsps-sourcing@nhs.net
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
https://www.royalmarsden.nhs.uk
Buyer's address
https://www.royalmarsden.nhs.uk
one.3) Communication
Additional information can be obtained from 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
Prior Information Notice (PIN) for an innovation partnership to develop Artificial Intelligence (AI) in mammography
two.1.2) Main CPV code
- 72212000 - Programming services of application software
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Marsden NHS Foundation Trust (RM), working as part of a RM Partners (cancer alliance for north west and south west London) funded programme is seeking to create an innovation partnership to support a clinical research evaluation of an Artificial Intelligence (AI) based mammography analysis tool in a retrospective study of use in the symptomatic breast clinic.
This procurement is to partner with a technology provider to demonstrate performance of an AI based mammography analysis tool in the context of the symptomatic breast clinic, using retrospective data.
This project hypothesises that an AI based mammography analysis tool could be useful in the context of symptomatic breast clinic. However, these systems developed in the screening setting have unknown performance in the context of symptomatic breast clinic. It is therefore important to test the performance of these systems in this alternative setting.
This work will be carried out in collaboration with the selected AI solutions provider and local clinical teams to define optimal use case scenarios for the symptomatic breast clinic.
This project is funded by RM Partners, the cancer alliance for north west and south west London for 18 months and research ethics submission for a multi-centre, retrospective, diagnostic accuracy study is underway.
The Authority is seeking to engage the market to work with the NHS organisations and identified stakeholders to further explore and define the technical and commercial delivery models that would underpin the partnership.
Further information, including details of how to submit an expression of interest as part of Pre-Market Engagement, can be found at the end of this Notice.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
- 72262000 - Software development services
- 72243000 - Programming services
- 72246000 - Systems consultancy services
- 72263000 - Software implementation services
- 72266000 - Software consultancy services
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
The procurement is for an innovation partner and associated artificial intelligence software and data analytics services.
It is envisaged that the Authority and the successful Bidder will enter into an innovative commercial agreement, whereby the contract won’t hold a monetary value. The Authority has no budget available to directly fund this initiative. Methods to account for and exchange value delivered through the partnership will be discussed. Provision of an AI based mammography analysis tool is to be deployed in a cloud environment by Royal Surrey Scientific Computing team and run on a retrospective curated dataset comprising of around 25,000 cases and there will be no data sharing with the successful Bidder. Data will be used in a research context only. Not for clinical deployment under this procurement.
The outline requirements are:
For use with 2D FFDM mammograms and Digital Breast Tomosynthesis (DBT) imaging.
CE marked for use in breast screening (but CE marked for use in this alternative context of symptomatic clinic patients is not required).
A strong publication history, ideally demonstrating state-of-the-art performance.
System is proven to be deployable within a clinical environment for real-time clinical use.
An enthusiastic development team who will be willing to devote time in this project required to optimise system functioning to be best suited to this use case.
Suppliers interested in this opportunity will have the option to
submit an expression of interest to join premarket engagement and capture market feedback. Please refer to section VI.3) Additional information below for further instructions on how to submit this response.
Please note that the market engagement activity will not be used to formally evaluate suppliers and any information shared will be used for information purposes only to provide insights and to assist RM to prepare for the procurement. Any information received or discussions held will not contribute to or influence the evaluation of any potential future tender submissions.
Participation in this exercise is optional with all associated costs to be borne by the supplier. Any decision not to participate will not preclude any suppliers from participation in any subsequent procurement process following the eventual Contract Notice.
Subject to all necessary approvals, the Authority anticipates a competition launch date in February 2024. This does not signify the commencement of any procurement process and does not constitute any commitment by RM. If the Authority decides to commence any procurement process(es) as contemplated by this notice, a separate notice(s) will be published at the relevant time.
There are likely to be market engagement sessions scheduled following on from the initial EoI process. Further details and indicative timeframes for engagement will be provided at a future date – these are likely to be held during January 2024.
The Authority intends to undertake a procurement in-line with this section.
This prior information notice has been issued to pre-market consultation as permitted by Regulation 40. Nothing in this prior information notice is intended to commit the Authority to a subsequent procurement.
two.2.14) Additional information
Through the esourcing portal;
- Suppliers will be able to formally express interest to participate in the Pre-Market Engagement activity
- Submit supporting product or capability statement information to help prepare for
- Access updates on any planned arrangements for supplier engagement sessions.
two.3) Estimated date of publication of contract notice
1 April 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
How to participate in this market engagement process:
1. Register on the Health Family Single eCommercial System (Atamis) (this is only required once, URL below):
https://health-family.force.com/s/Welcome
Click the link to register - Accept the terms & conditions & click ‘Agree’ - Enter your correct business & user details & click ‘Submit’. You will receive account confirmation via email.
Please note. Interested suppliers must ensure they are registered on the Health Family Single eCommercial System (Atamis) to participate in any future procurement opportunities. Please ensure that the person who will be conducting the communications on behalf of your organisation is the official contact in your Atamis registration.
2. Request access to the Event [by searching for C229876] on the Atamis and submit a return by 12:00 GMT on Friday 22nd December 2023 via Atamis
All associated questions and/or clarifications must be communicated through the Health Family E-Sourcing portal, adhering to Public Contracts Regulations 2015, section 18, transparency requirements.
The publication of this notice does not constitute any commitment by RM.
RM expressly reserves the rights (i) amend or adapt scope of requirements before formal release of tender (ii) to cancel this procurement at any stage; (iii) to not award any contract as a result of the procurement process commenced by publication of this notice; (iv) and in no circumstances will RM be liable for any costs incurred by potential suppliers.
For further assistance with regards registering on Atamis, please consult the available help.
Phone: 0800 9956035
Email: support-health@atamis.co.uk
NHS North West London Procurement Services acting for and on behalf of the lead contracting authority