Section one: Contracting authority
one.1) Name and addresses
Gloucestershire Hospitals NHS Foundation Trust
Alexandra House, Cheltenham General Hospital, Sandford Road
Gloucester
GL53 7AN
Contact
Daniel Kirkbride
Telephone
+44 7766457290
Country
United Kingdom
Region code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Internet address(es)
Main address
https://www.gloshospitals.nhs.uk/
Buyer's address
https://www.gloshospitals.nhs.uk/
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
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Teleradiology Reporting Services
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
The Radiology Service at Gloucestershire Hospitals NHS Foundation Trust (GHFT) provides a comprehensive range of diagnostic and interventional imaging procedures. A core element of this service is the delivery of accurate and timely diagnostic reports for acute and elective patients, which is essential to enable precise diagnosis and effective treatment planning across a wide spectrum of medical conditions.
Since May 2015, GHFT has utilised external reporting provision to supplement in-house capacity and ensure reporting times are maintained within nationally recognised standards. This outsourcing support has been critical in reducing delays in patient care, improving efficiency within elective reporting, and supporting the Authority in managing sustained increases in demand in a safe and sustainable way.
The following services, modalities, and sub-specialty reporting areas are included within the scope of this contract:
• Modalities. The current range of image reporting required under this specification includes, but is not limited to:
- Plain Radiography (Computed Radiography (CR)/ Digital Radiography (DR))
- Computed Tomography (CT)
- Magnetic Resonance Imaging (MRI)
• Sub-specialty Reporting. Include, but are not limited to:
- Neuroradiology
- Paediatric Radiology (including Paediatric Neuroradiology)
- Oncology/Cancer reporting, including RECIST (Response Evaluation Criteria in Solid Tumours) assessments (e.g. lung, breast, prostate, brain)
- Musculoskeletal Imaging
- Cardiac Imaging
- CT Colonography (CTC)
- Vascular Imaging
• Service Development. Suppliers MUST provide reporting services in line with evolving clinical requirements. Where new reporting areas are established, or existing practices are enhanced, services delivered MUST align with recognised industry best practice, relevant regulatory frameworks, and applicable legislative requirements.
two.1.5) Estimated total value
Value excluding VAT: £17,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Gloucestershire Royal Hospital
two.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
PSR Key Criteria to be applied under the PSR Competitive Process
• Quality and Innovation = 20%
• Value = 45%
• Integration, collaboration and service sustainability = 15%
• Improving access, reducing health inequalities and facilitating choice = 5%
• Social Value = 15%
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £17,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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 tenders or requests to participate
Date
7 November 2025
Local time
2:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 November 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract 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
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom