Scope
Description
NHS England are seeking to establish a supplier registry for the use of AI-enabled ambient scribing products in health and care settings. Suppliers must hold class 1 Medical Device Accreditation and current DTAC assessment. All corresponding certifications and registrations specified within DTAC must be provided as part of the application process. Evidence of benefit within the NHS care setting proposed is also required. Evidence may be provided in various formats for example, in the form of case studies or reports.
The aim is to create and develop a robust and accurate supplier registry for ambient voice technology ("AVT Registry") with an accompanying resource library that will be shared to better inform buying authorities so that they can ensure compliance with the guidance issued by NHS England. Procurements thereafter will be undertaken by the NHS bodies themselves and in accordance with their own governance requirements. The National Commercial and Procurement Hub will undertake preliminary completion checks against the requirements and standards as specified on the Atamis e-tendering portal. An evidence base of documentation will be collated for onward sharing with NHS Buyers. All collateral must be kept up to date and current. It is the supplier's responsibility to keep the Hub up to date with details of their systems and solutions so that the information shared with NHS Buyers is current and accurate.
The registry operationalises the requirements by offering a transparent, centralised platform where AVT suppliers can self-declare compliance. It is not a procurement mechanism, but a strategic enabler that:
• Lists successful AVT solutions that have submitted evidence of self-certification with NHS standards
• Supports procurement and pilot planning by surfacing supplier capabilities
• Encourages transparency around safety, data handling, and performance
• Enables monitoring and evaluation of real-world use and outcomes
• Facilitates cross-system learning and reduces duplication across ICBs
Solutions may include, but are not limited to:
• Ambient voice capture
• Real-time speech to text transcription
• Generative AI summarisation
• Suggested structured coding
• Intelligent identification - referral
• Intelligent summarisation - referral
• Automated template population - referral
• Intelligent summarisation - patient
• Automated template population - patient
• Review for approval - clinical
• Integration and API Management - EPRs
• Insights and Reporting
Applications are welcomed from Electronic Patient Record (EPR) providers as this will assist with providing options and information around comparison of EPR Modules against off the shelf.
Suppliers will be required to demonstrate:
• Compliance with DTAC and
• MHRA Class 1 Registration and evidence of post market surveillance
• Evidence of proven impact and benefit in the NHS
• Proven experience delivering AVT solutions in healthcare environments
• Ability to integrate with existing NHS digital infrastructure
• Scalability to meet varying levels of demand across different NHS organisations
• Evidence that the product/solution can meet the capabilities as stated in the application pack via video submission.
In addition, suppliers will be required to complete and submit:
• A solution Performance and Monitoring Response document.
• An indicative pricing matrix or price list.
• Information and collateral for onward sharing with NHS Buyers demonstrating the product capabilities and features.
The instructions required for completion can be downloaded from the Atamis e-tendering portal. Atamis Contract Reference: C378603 - AVT Self Certified Registry for the use of AI-Enabled Ambient Scribing Products. You may need to register on Atamis if you have not done so already.
This AVT Registry process aims to communicate to NHS organisations which suppliers have provided the necessary submission evidence, to assist them with their local procurement of AVT solutions.
The expectations are that buying authorities such as GP's, ICB's and acute trusts will use the AVT Registry and accompanying resource library as part of the necessary and locally required due diligence governance checks and to inform a suitable and compliant route to market which will vary according to requirements and contract value. The AVT Registry will be published and shared with NHS Buyers.
Issue Pre-market engagement Notice (UK2) and application pack 29th October 2025
Submissions to be returned by noon on 17th November 2025 (where possible to be included on initial Registry launch, however submissions will remain open on an ongoing basis).
Checking starts week commencing 17th November 2025 with feedback to suppliers no later than week commencing 8th December. Reviews commenced during this period will be included in the Registry's initial launch, after which will continue in order of submissions received.
Application to the supplier Registry for the use of AI-enabled ambient scribing products will be permitted at any time. We ask that you support this work by submitting the required documents and video evidence with the first three weeks (by 17th November).
Additional and ongoing reviews may be required as guidance and products and functionality develop.
Contract dates (estimated)
- 15 December 2025 to 14 December 2028
- Possible extension to 14 December 2029
- 4 years
Main procurement category
Services
CPV classifications
- 48180000 - Medical software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 72212180 - Medical software development services
- 72212314 - Voice recognition software development services
- 72212512 - Interactive voice response software development services
- 79550000 - Typing, word-processing and desktop publishing services
Contract locations
- 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)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
Engagement
Engagement deadline
17 November 2025
Engagement process description
Initial engagement Deadline is 17th November 2025 for inclusion in Registry initial launch. Reviews of any submissions after this date will be paused until the Registry is launched, after which reviews will continue in the order of submissions received.
The purpose of this engagement is to:
• Gather market intelligence regarding current and emerging AVT solutions and services
• Understand supplier capabilities, innovations, and potential delivery models
• Gather pricing information
• Collate an evidence base for onward sharing with NHS Buyers to inform local buying decisions
• Hold standards documentation to be shared upon request with NHS Buyers to satisfy local governance and policy requirements
• Review which suppliers currently meet the NHS issued guidance and which are currently working towards the anticipated timescales for this.
Scope of Engagement:
The engagement process will cover all aspects of Ambient Voice Technology relevant to primary and secondary care NHS healthcare settings clinical documentation workflows. Currently focussed on the capabilities described and as listed above but it is envisaged that these will develop and evolve with further lots added to the Registry. Suppliers will be required to continually update and renew their collateral to evidence any new capabilities added into separate lots going forward.
Process and Supplier Actions:
Interested suppliers are invited to participate in the following staged engagement process:
Step 1 - download the application pack from Atamis and submit the documents listed below. There is a question set to be completed directly in the Atamis e-tendering portal. A submission checklist has been included to assist and ensure completeness of the submission. The completed responses will be collated for onward sharing with NHS Buyers.
a. Indicative Pricing Matrix or organisation price list
b. EPR Integration Capability form
c. Demo Video Submission: Videos to be submitted via weblink demonstrating the capabilities as detailed in the instructions contained in Section B - Use Case Requirements which can be found within the application pack
d. Performance and Monitoring response document outlining compatibility requirements, model accuracy and control, boundaries and bias
e. Product Collateral - clear, concise material explaining how the solution works to help Buyers understand how the solution meets their needs
f. Evidence of impact and benefit in the NHS (for example, in the form of case studies or reports)
g. Completed DTAC assessment and accompanying documentation and certifications
h. MHRA Class 1 registration evidence
i. Documentary evidence of post market surveillance in accordance with Class 1 medical device regulations for safety monitoring post deployment to ensure the software continues to meet safety and regulatory standards throughout its lifecycle
j. Signed Form of Declaration Capability, Functionality and Performance Requirements.
Step 2 - Upload to the Atamis e-tendering portal (ensure a complete submission by consulting the submission checklist).
Step 3 - The Hub reviews for completeness and will advise if there are any errors or missing documents. Feedback on the videos will be provided in the form of a letter and follow up telephone call.
Step 4 - Outcome communicated via letter sent on the Atamis portal.
Step 5 - Admittance onto the AVT Registry if successful or feedback will be issued and resubmissions are welcome.
Video Demonstration Submission:
Suppliers will be required to provide web link on Atamis to a pre-recorded demonstration video for each capability, (max 3 minutes each) in MP4 format, showcasing your Ambient Voice Technology solution(s), key features, and integration capabilities.
o The video file will be downloaded by the Hub and held on file as part of the resource library for distribution to NHS Buyers. It is the supplier's responsibility to share any updated videos with the Hub which will then be reviewed and updated to the library. This is important as it will form the basis of the collateral shared with NHS Buyers to inform their decision making.
o Please ensure your demonstration is provided with anonymised data.
o Submit each video link clearly titled with the relevant capability and requirement reference via the Atamis portal. This must also be detailed in Section B - Use Case Requirements.
o Videos will be reviewed within two weeks of submission by the Hub.
o We would appreciate your support by submitting by noon on 17th November 2025. Applications will then be reviewed in the order they are received.
The Form of Declaration document should be signed by an appropriate Authorised Officer within your organisation and submitted via Atamis.
Following publication of the AVT Registry, applications will be accepted at any time and will be reviewed within a 2-week period in the order they are received. Following the described process, if the review is successful, the solution will then be included within the AVT Registry and collateral added to the resource library for onward sharing with NHS Buyers.
Questions:
•Suppliers may submit questions via the Atamis messaging facility regarding the application process and outcome.
Note:
Participation in this engagement exercise does not constitute any commitment to participate in a future procurement and does not confer any advantage in any subsequent procurement process. NHS England and the National Commercial and Procurement Hub reserves the right to modify or cancel this engagement at any stage.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Contracting authority
NHS ENGLAND
- NHS Organisation Data Service: X24
- Public Procurement Organisation Number: PDPT-3135-BWWY
NHS England, 7&8 Wellington Place
Leeds
LS1 4AP
United Kingdom
Region: UKE42 - Leeds
Organisation type: Public authority - central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
NHS SOUTH CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Summary of their role in this procurement: Establishing and managing a supplier list to ensure compliance with relevant standards on behalf of NHS England
- NHS Organisation Data Service: 0DF
- Public Procurement Organisation Number: PXTZ-5316-XWPW
Omega House, 112 Southampton Road
Eastleigh
SO50 5PB
United Kingdom
Contact name: Garry Mitchell
Telephone: +447786275627
Email: commercial.procurementhub@nhs.net
Website: https://www.scwcsu.nhs.uk/
Region: UKJ35 - South Hampshire
Contact organisation
Contact NHS SOUTH CENTRAL AND WEST COMMISSIONING SUPPORT UNIT for any enquiries.