Tender

Heart Attack Diagnosis Software Development

  • University Of Edinburgh

F02: Contract notice

Notice identifier: 2025/S 000-059515

Procurement identifier (OCID): ocds-h6vhtk-05a1aa

Published 25 September 2025, 9:58am



Section one: Contracting authority

one.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Email

jpike2@ed.ac.uk

Telephone

+44 1316502759

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Heart Attack Diagnosis Software Development

Reference number

EC1064

two.1.2) Main CPV code

  • 72212180 - Medical software development services

two.1.3) Type of contract

Services

two.1.4) Short description

Creation of software application classed as medical device.

The University of Edinburgh has developed a novel algorithm which may improve the accuracy of heart-attack diagnosis in the emergency department. A prototype of this software has been developed. The objective of this procurement is to identify a supplier to create a productionised version of this software tool, which for regulatory purposes in the UK, USA and EU would be classified as a ‘Medical Device’. Such a supplier will have exceptional competence in software development, and prior experience in creation of software classed as a ‘Medical Device’.

The supplier will be expected to (but not limited to…);

Demonstrate their prior expertise via example projects and references

Utilise modern, reliable, and maintainable programming language/s, frameworks and components to deliver the project.

Operate a quality management system in line with ISO13485 and follow any and all relevant guidance set by medical regulatory bodies in the UK, EU and USA in relation to production of software classed as a ‘medical device’

Utilise test-oriented development and design and deliver a test strategy for the development

Operate a sophisticated project management approach and transparent progress reporting and governing to maximise potential success of the project

Demonstrate how they will manage risk and uncertainty to ensure the project falls explicitly within the cost appetite

Be open to regulatory audit, if required, by a medical regulator in the UK, EU or USA; or, by a third party acting for the University for regulatory outcomes, which may include desktop review or site visit

The University anticipates awarding a Master Services Agreement to set the basis of the engagement and an initial engagement Statement of Work for the creation, testing and regulatory approval.

two.1.5) Estimated total value

Value excluding VAT: £180,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72212180 - Medical software development services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

University of Edinburgh

two.2.4) Description of the procurement

Short summary

Creation of software application classed as medical device.

The University of Edinburgh has developed a novel algorithm which may improve the accuracy of heart-attack diagnosis in the emergency department. A prototype of this software has been developed. The objective of this procurement is to identify a supplier to create a productionised version of this software tool, which for regulatory purposes in the UK, USA and EU would be classified as a ‘Medical Device’. Such a supplier will have exceptional competence in software development, and prior experience in creation of software classed as a ‘Medical Device’.

The supplier will be expected to (but not limited to…);

Demonstrate their prior expertise via example projects and references

Utilise modern, reliable, and maintainable programming language/s, frameworks and components to deliver the project.

Operate a quality management system in line with ISO13485 and follow any and all relevant guidance set by medical regulatory bodies in the UK, EU and USA in relation to production of software classed as a ‘medical device’

Utilise test-oriented development and design and deliver a test strategy for the development

Operate a sophisticated project management approach and transparent progress reporting and governing to maximise potential success of the project

Demonstrate how they will manage risk and uncertainty to ensure the project falls explicitly within the cost appetite

Be open to regulatory audit, if required, by a medical regulator in the UK, EU or USA; or, by a third party acting for the University for regulatory outcomes, which may include desktop review or site visit

The University anticipates awarding a Master Services Agreement to set the basis of the engagement and an initial engagement Statement of Work for the creation, testing and regulatory approval.

The estimated value of the tender represents an initial cost appetite of GBP180k (including VAT) (which the University may review from time to time), with contingency for potential additional work packages over the maximum term of the agreement. The estimate does not reflect an offer or promise of business above any contract which is ultimately signed by the parties.

AI Policy;

Due to the proprietary nature of the IP in this engagement and the human-safety implications of this technology;

A.The supplier at no time will be permitted to expose or query any part of the IP the University provides to the supplier to any public facing/internet connected AI system (including but not limited to ChatGPT, Grok, Claude etc.). Any other automated system is only to be used with permission of the University and with proper transparency about how it operates and is isolated from potential data harvesting or exfiltration.

B.The supplier shall not utilise any other AI to automatically generate the code base or any substantial part of it. (i.e. ‘Vibe coding’)

C.AI must not be utilised in the core logic, the app must be deterministic

D.The supplier shall be required to undertake human code review and resilience checking in addition to any automated tools

The complete requirements are set out in the procurement documentation.

Award

The University anticipates awarding a Master Services Agreement contract with a supplier for software development services for a period of 5 years, and an initial statement of work for the development of the productionised software product and supporting this through regulatory approvals.

Variation and options

The University reserves the right to award additional work packages to the winning Tenderer via the Negotiated Procedure Without Prior Call for Competition

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The option to extend or award for a further 1-4 years for additional deliveries, service or support

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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 tenders or requests to participate

Date

24 October 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 November 2025

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 23 January 2026


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30220. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

If a supplier does not currently provide any community benefits in the region of Edinburgh and East Scotland, an easy way to do this is via ESES Communities. This is a website funded by the Edinburgh&South East Scotland City Region Deal, which provides a public portal of pre-vetted social projects which businesses can choose to invest in. Suppliers can submit for an opportunity and when accepted will be advertised as a backer to the project. Opportunities may consist of simple donations (e.g. for school uniforms for impoverished children) or contribution of skills (such as providing IT training for the elderly).

The website can be found at:

https://www.esescommunities.org/

(SC Ref:811219)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sherriff Court

Edinburgh

Country

United Kingdom