Section one: Contracting authority
one.1) Name and addresses
East of England NHS collaborative Procurement Hub
Victoria House, Camlife, Cambridge Road, Fulbourn
Cambridge
CB215XA
Contact
Corporate Services
corporate.services@eoecph.nhs.uk
Telephone
+44 7956487948
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
NHS Organisation Data Service
West Suffolk NHS Foundation Trust
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 and Specialised Reporting Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The main purpose of this framework is for the provision of Teleradiology and Specialised Reporting Services.
Services offered under this Framework will meet the highest industry standards, supporting Contracting Authorities with the current and future day-to-day activities in respect of the requirements for the provision of Teleradiology and Specialised Reporting Services.
The key benefit and driver for this framework, is the services will offer a cost effective, value for money solution, utilising suitably qualified and skilled personnel to deliver radiology reporting, image interpretation, and support services to Contracting Authorities to facilitate their requirements; to increase their capacity and/or hit both short-term and long-term service targets.
This framework will be comprised of 3 Lots:
Lot 1 - Teleradiology Reporting Services (Outsourced and AI Assisted)
Lot 2 - Targeted Lung Checks
Lot 3 - Managed Service
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessible by Authorities in Wales, Scotland and Northern Ireland.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £300,000,000
two.2) Description
two.2.1) Title
Teleradiology Reporting Services (Outsourced and AI Assisted)
Lot No
1
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85141000 - Services provided by medical personnel
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
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
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £300,000,000.
The relevant authorities that will be able to use the framework are set out below.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
The duration of the framework will be 3 years with the option to extend for a further 12 months.
This is a renewal of an existing framework.
two.2.5) Award criteria
Quality criterion - Name: 5 Key Criteria / Weighting: 70
Cost criterion - Name: Commercial / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
two.2.14) Additional information
The framework award criteria are specified in the procurement documents.
two.2) Description
two.2.1) Title
Targeted Lung Health Checks
Lot No
2
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85141000 - Services provided by medical personnel
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
This Lot is seeking suppliers that can carry out Targeted Lung Health Checks (TLHC) in accordance with the TLHC Quality Standards and the TLHC Protocol.
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £300,000,000.
The relevant authorities that will be able to use the framework are set out below.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
The duration of the framework will be 3 years with the option to extend for a further 12 months.
This is a renewal of an existing framework.
two.2.5) Award criteria
Quality criterion - Name: 5 Key Criteria / Weighting: 70
Cost criterion - Name: Commercial / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
two.2.14) Additional information
The framework award criteria are specified in the procurement documents.
two.2) Description
two.2.1) Title
Lot 3 Managed Service
Lot No
3
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85141000 - Services provided by medical personnel
- 85150000 - Medical imaging services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 3 is a locked Lot and will not be evaluated it is the intended that the inclusion of this Lot will only be available to providers that are awarded to Lot 1.
All providers awarded to Lot 1 of the framework, where they have indicated they wish to provide services against this locked Lot will be awarded irrespective of the total number of Providers awarded to the framework.
Providers awarded to Lot 3 may opt may offer an end-to-end managed service, service may include but not limited to:
• Triaging
• Workflows
• end to end systems
• data collation / data reporting, and service intelligence metrics
• Training
• Managed Service
• Quality Assurance and Reporting
• Consultancy
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £300,000,000.
The relevant authorities that will be able to use the framework are set out below.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland.
The duration of the framework will be 3 years with the option to extend for a further 12 months.
This is a renewal of an existing framework.
two.2.5) Award criteria
Cost criterion - Name: Not Scored / Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
two.2.14) Additional information
The framework award criteria are specified in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This is a Provider Selection Regime (PSR) intention to award notice. As per the guidance set out by NHSE, the Procedure type has been set to 'Award of the contract without prior publication of a call for competition'.
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-003581
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
4ways Healthcare Ltd
Hemel Hempstead
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04785250
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Axon Medical Ltd
Birmingham
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
13047920
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CYA Medical Ltd (Trade Name - RadConsult)
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
14630823
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DMC Imaging Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
08257592
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Everlight Radiology Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
OC360458
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hexard Group Ltd
Harrow
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
10249971
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
LMVP Telemedicine
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
12846354
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Medica Reporting Ltd
Hastings
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
5026045
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Medneo Diagnostics UK Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
11851997
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Teleconsult UK
Milton Keynes
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
10665923
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Telemedicine Clinic Ltd
Birmingham
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
06958314
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
The HLH Imaging Group Ltd
Ruislip
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
12641287
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £300,000,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 17th July 2025. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.
Any written representations should be sent to corporate.services@eoecph.nhs.uk.
The decision was made by the Corporate, Clinical and Regulation team at East of England NHS Collaborative Procurement Hub (EOECPH) in March 2025.
There were no conflicts of interest identified.
The decision to award this framework agreement and is in line with the competitive process and the evaluation was based against the five required key criteria as follows:
• Quality and Innovation - Assured - EOECPH are assured that the providers will be delivering a safe and effective service as required by the specification and the framework agreement.
• Value - Assured - EOECPH are assured that the providers will be delivering value against the framework agreement to contracting authorities that wish to call-off against the framework.
• Integration, Collaboration and Service Sustainability - Assured -EOECPH are assured that the providers will positively impact against the service specification as laid out in the tender documents.
• Improving Access, Reducing Health Inequalities and Facilitating Choice - Assured - EOECPH are assured that the providers will meet needs of the population to ensure equitable access and choice as required by the specification and the framework agreement.
• Social Value - Assured - EOECPH are assured that the providers will deliver in line with the NHS Net Zero Roadmap throughout the life of the framework agreement and any resulting call-offs against the framework.
six.4) Procedures for review
six.4.1) Review body
East of England NHS Collabortive Hub
Cambridge
Country
United Kingdom