Notice Information
Notice Title
National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services
Notice Description
While the demand on radiology services is increasing with the quantity of scans and required reports going up, the number of radiologists is decreasing resulting in backlogs and pressure on existing staff. Teleradiology offers trusts an alternative to manage routine, urgent or specialist workload, and supports with the reduction of backlogs in care. Teleradiology is the transmission of patients' radiological images between different locations for the production of a primary report, expert second opinion or clinical review. Telepathology is the electronic transmission of pathological images, usually derived from microscopes, from one location to another, for the purpose of interpretation and diagnosis. The different locations can be within the same organisation or in different organisations, within the same country or across international boundaries. Other areas of telemedicine are also now being explored, including but not limited to telepathology, telemicrobiology and teledermatology. The scope of this agreement will include these and other specialties of telemedicine to allow for expansion into new services during the term of the agreement, to help support the NHS with elective recovery. Radiology workflow management systems are designed to improve productivity and efficiency in radiology departments. As business intelligence systems they allow precise forecasting of reporting capacity, enabling optimisation of departmental rotas and highlight areas for strategic recruitment based on supply and demand. These systems can reduce the costs of outsourcing and support radiology departments to operate as efficiently as possible. Proposed Framework: The Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services, wishes to award a national framework agreement with three Lots: Lot 1 - Teleradiology and Telemedicine Services Lot 2 - Telepathology Services Lot 3 - Radiology Workflow Management Systems Tenders may be submitted for one or more Lots.
Lot Information
Teleradiology and Telemedicine Services
Lot 1 concerns the provision of teleradiology and other telemedicine services.
Options: The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).
Telepathology ServicesLot 2 concerns the provision of Telepathology Services.
Options: The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).
Radiology Workflow Management SystemsLot 3 concerns the provision of Radiology Workflow Management Systems, including all associated service, maintenance and support.
Options: The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months).
Procurement Information
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ce04
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011816-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
85 - Health and social work services
-
- CPV Codes
48000000 - Software package and information systems
85000000 - Health and social work services
85100000 - Health services
85110000 - Hospital and related services
85111800 - Pathology services
85120000 - Medical practice and related services
85150000 - Medical imaging services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £297,501 £100K-£500K
Notice Dates
- Publication Date
- 25 Apr 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 30 Mar 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
- Additional Buyers
- Contact Name
- Oliver Bailey
- Contact Email
- info@coch-cps.co.uk, oliver.bailey@ggc.scot.nhs.uk
- Contact Phone
- +44 1412114646
Buyer Location
- Locality
- GLASGOW
- Postcode
- G4 0SF
- Post Town
- Glasgow
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD63 Cheshire West and Chester
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Cheshire West and Chester
- Electoral Ward
- Upton
- Westminster Constituency
- Chester North and Neston
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02ce04-2023-04-25T13:15:30+01:00",
"date": "2023-04-25T13:15:30+01:00",
"ocid": "ocds-h6vhtk-02ce04",
"description": "Further award notices may be published for this framework agreement.",
"initiationType": "tender",
"tender": {
"id": "F/083/TSS/21/AB",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "While the demand on radiology services is increasing with the quantity of scans and required reports going up, the number of radiologists is decreasing resulting in backlogs and pressure on existing staff. Teleradiology offers trusts an alternative to manage routine, urgent or specialist workload, and supports with the reduction of backlogs in care. Teleradiology is the transmission of patients' radiological images between different locations for the production of a primary report, expert second opinion or clinical review. Telepathology is the electronic transmission of pathological images, usually derived from microscopes, from one location to another, for the purpose of interpretation and diagnosis. The different locations can be within the same organisation or in different organisations, within the same country or across international boundaries. Other areas of telemedicine are also now being explored, including but not limited to telepathology, telemicrobiology and teledermatology. The scope of this agreement will include these and other specialties of telemedicine to allow for expansion into new services during the term of the agreement, to help support the NHS with elective recovery. Radiology workflow management systems are designed to improve productivity and efficiency in radiology departments. As business intelligence systems they allow precise forecasting of reporting capacity, enabling optimisation of departmental rotas and highlight areas for strategic recruitment based on supply and demand. These systems can reduce the costs of outsourcing and support radiology departments to operate as efficiently as possible. Proposed Framework: The Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services, wishes to award a national framework agreement with three Lots: Lot 1 - Teleradiology and Telemedicine Services Lot 2 - Telepathology Services Lot 3 - Radiology Workflow Management Systems Tenders may be submitted for one or more Lots.",
"lots": [
{
"id": "1",
"description": "Lot 1 concerns the provision of teleradiology and other telemedicine services.",
"hasOptions": true,
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"type": "quality",
"description": "20"
},
{
"name": "Quality criterion - Teleradiology Services",
"type": "cost",
"description": "25"
},
{
"name": "Quality criterion - Implementation and Transition",
"type": "cost",
"description": "15"
},
{
"name": "Quality criterion - Service and Data Management",
"type": "cost",
"description": "15"
},
{
"name": "Quality criterion - Clinical and Corporate Governance",
"type": "cost",
"description": "15"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
}
]
},
"status": "cancelled",
"title": "Teleradiology and Telemedicine Services",
"options": {
"description": "The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months)."
}
},
{
"id": "2",
"title": "Telepathology Services",
"description": "Lot 2 concerns the provision of Telepathology Services.",
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"type": "quality",
"description": "20"
},
{
"name": "Quality criterion - Telepathology Services",
"type": "cost",
"description": "25"
},
{
"name": "Quality criterion - Implementation and Transition",
"type": "cost",
"description": "15"
},
{
"name": "Quality criterion - Service and Data Management",
"type": "cost",
"description": "15"
},
{
"name": "Quality criterion - Clinical and Corporate Governance",
"type": "cost",
"description": "15"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
}
]
},
"hasOptions": true,
"options": {
"description": "The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months)."
},
"status": "cancelled"
},
{
"id": "3",
"title": "Radiology Workflow Management Systems",
"description": "Lot 3 concerns the provision of Radiology Workflow Management Systems, including all associated service, maintenance and support.",
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"type": "quality",
"description": "20"
},
{
"name": "Quality criterion - Radiology Workflow Management System",
"type": "cost",
"description": "30"
},
{
"name": "Quality criterion - Reporting Analysis and Audit",
"type": "cost",
"description": "20"
},
{
"name": "Quality criterion - Training and Support",
"type": "cost",
"description": "20"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
}
]
},
"hasOptions": true,
"options": {
"description": "The term of this framework agreement will be two years (24 months) from the commencement date with an option to extend twice for a further one year (12 months) on each occasion. The maximum duration of this framework agreement will be four years (48 months)."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
},
{
"region": "UKM82"
},
{
"region": "IM"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
{
"scheme": "CPV",
"id": "85110000",
"description": "Hospital and related services"
},
{
"scheme": "CPV",
"id": "85120000",
"description": "Medical practice and related services"
},
{
"scheme": "CPV",
"id": "85150000",
"description": "Medical imaging services"
}
]
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "85110000",
"description": "Hospital and related services"
},
{
"scheme": "CPV",
"id": "85111800",
"description": "Pathology services"
},
{
"scheme": "CPV",
"id": "85150000",
"description": "Medical imaging services"
}
],
"deliveryAddresses": [
{
"region": "IM"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "GG"
},
{
"region": "IM"
},
{
"region": "JE"
},
{
"region": "UK"
}
],
"relatedLot": "3"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"reviewDetails": "Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "Award of a contract without prior publication of a call for competition in the Official Journal of the European Union",
"techniques": {
"hasFrameworkAgreement": true
}
},
"awards": [
{
"id": "018070-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-23991",
"name": "Costain Environmental Services"
}
]
},
{
"id": "004527-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-23991",
"name": "Costain Environmental Services"
}
]
},
{
"id": "004528-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-23991",
"name": "Costain Environmental Services"
}
]
},
{
"id": "011816-2023-18-1",
"relatedLots": [
"1"
],
"title": "National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-81052",
"name": "Medica Reporting Ltd"
}
]
},
{
"id": "011816-2023-19-2",
"relatedLots": [
"2"
],
"title": "National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-81052",
"name": "Medica Reporting Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-3524",
"name": "NHS Greater Glasgow and Clyde",
"identifier": {
"legalName": "NHS Greater Glasgow and Clyde"
},
"address": {
"streetAddress": "Procurement Department, Glasgow Royal Infirmary, 84 Castle Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0SF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Oliver Bailey",
"telephone": "+44 1412114646",
"email": "oliver.bailey@ggc.scot.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhsggc.org.uk/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-23991",
"name": "Costain Environmental Services",
"identifier": {
"legalName": "Costain Environmental Services"
},
"address": {
"streetAddress": "Letchmire Road",
"locality": "Allerton Bywater",
"region": "UK",
"postalCode": "wf10 2db",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-15267",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-4643",
"name": "Countess of Chester Hospital NHS Foundation Trust",
"identifier": {
"legalName": "Countess of Chester Hospital NHS Foundation Trust"
},
"address": {
"streetAddress": "Liverpool Road",
"locality": "Chester",
"region": "UK",
"postalCode": "CH2 1UL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@coch-cps.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.coch.nhs.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-81052",
"name": "Medica Reporting Ltd",
"identifier": {
"legalName": "Medica Reporting Ltd"
},
"address": {
"streetAddress": "6th Floor, One Priory Square",
"locality": "Hastings",
"region": "UK",
"postalCode": "TN34 1EA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-15222",
"name": "Countess of Chester Hospital NHS Foundation Trust",
"identifier": {
"legalName": "Countess of Chester Hospital NHS Foundation Trust"
},
"address": {
"locality": "Chester",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-4643",
"name": "Countess of Chester Hospital NHS Foundation Trust"
},
"contracts": [
{
"id": "018070-2021-1",
"awardID": "018070-2021-1",
"status": "active",
"value": {
"amount": 297500,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00+01:00"
},
{
"id": "004527-2022-1",
"awardID": "004527-2022-1",
"status": "active",
"value": {
"amount": 297500,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00+01:00"
},
{
"id": "004528-2022-1",
"awardID": "004528-2022-1",
"status": "active",
"value": {
"amount": 297500,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00+01:00"
},
{
"id": "011816-2023-18-1",
"awardID": "011816-2023-18-1",
"title": "National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2023-04-20T00:00:00+01:00"
},
{
"id": "011816-2023-19-2",
"awardID": "011816-2023-19-2",
"title": "National Framework Agreement for Teleradiology, Telepathology and Telemedicine Services",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2023-04-20T00:00:00+01:00"
}
],
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "11",
"measure": "bids",
"relatedLot": "1",
"value": 15
},
{
"id": "12",
"measure": "bids",
"relatedLot": "2",
"value": 15
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000632995"
}
]
}