Contract

Teleradiology and Specialised Reporting Services

  • East of England NHS collaborative Procurement Hub

F03: Contract award notice

Notice identifier: 2025/S 000-037677

Procurement identifier (OCID): ocds-h6vhtk-04db51 (view related notices)

Published 7 July 2025, 11:04am



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

Email

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

https://www.eoecph.nhs.uk/

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