Notice Information
Notice Title
Teleradiology and Specialised Reporting Services
Notice 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.
Lot Information
Teleradiology Reporting Services (Outsourced and AI Assisted)
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 PS300,000,000. 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. Additional information: The framework award criteria are specified in the procurement documents.
Options: Option to extend for a further 12 months
Targeted Lung Health ChecksThis 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 PS300,000,000. 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. Additional information: The framework award criteria are specified in the procurement documents.
Options: Option to extend for a further 12 months
Lot 3 Managed ServiceLot 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 PS300,000,000. 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. Additional information: The framework award criteria are specified in the procurement documents.
Options: Option to extend for a further 12 months
Procurement Information
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'.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04db51
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/042780-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
85110000 - Hospital and related services
85141000 - Services provided by medical personnel
85150000 - Medical imaging services
Notice Value(s)
- Tender Value
- £300,000,000 £100M-£1B
- Lots Value
- £300,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £300,000,000 £100M-£1B
Notice Dates
- Publication Date
- 24 Jul 20257 months ago
- Submission Deadline
- 7 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Jul 20257 months 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
- EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB
- Contact Name
- Corporate Services
- Contact Email
- corporate.services@eoecph.nhs.uk
- Contact Phone
- +44 7956487948
Buyer Location
- Locality
- CAMBRIDGE
- Postcode
- CB21 5XA
- Post Town
- Cambridge
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- South Cambridgeshire
- Electoral Ward
- Fen Ditton & Fulbourn
- Westminster Constituency
- South Cambridgeshire
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-04db51-2025-07-24T14:01:06+01:00",
"date": "2025-07-24T14:01:06+01:00",
"ocid": "ocds-h6vhtk-04db51",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04db51",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Teleradiology and Specialised Reporting Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Teleradiology Reporting Services (Outsourced and AI Assisted)",
"description": "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 PS300,000,000. 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. Additional information: The framework award criteria are specified in the procurement documents.",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend for a further 12 months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "5 Key Criteria",
"type": "quality",
"description": "70"
},
{
"name": "Commercial",
"type": "cost",
"description": "30"
}
]
}
},
{
"id": "2",
"title": "Targeted Lung Health Checks",
"description": "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 PS300,000,000. 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. Additional information: The framework award criteria are specified in the procurement documents.",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend for a further 12 months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "5 Key Criteria",
"type": "quality",
"description": "70"
},
{
"name": "Commercial",
"type": "cost",
"description": "30"
}
]
}
},
{
"id": "3",
"title": "Lot 3 Managed Service",
"description": "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 PS300,000,000. 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. Additional information: The framework award criteria are specified in the procurement documents.",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend for a further 12 months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Not Scored",
"type": "cost",
"description": "0"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85110000",
"description": "Hospital and related services"
},
{
"scheme": "CPV",
"id": "85141000",
"description": "Services provided by medical personnel"
},
{
"scheme": "CPV",
"id": "85150000",
"description": "Medical imaging services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85110000",
"description": "Hospital and related services"
},
{
"scheme": "CPV",
"id": "85141000",
"description": "Services provided by medical personnel"
},
{
"scheme": "CPV",
"id": "85150000",
"description": "Medical imaging services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85110000",
"description": "Hospital and related services"
},
{
"scheme": "CPV",
"id": "85141000",
"description": "Services provided by medical personnel"
},
{
"scheme": "CPV",
"id": "85150000",
"description": "Medical imaging services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://atamis-1928.my.site.com/s/Welcome",
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-03-07T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 1080
}
},
"awardPeriod": {
"startDate": "2025-03-07T14:00:00Z"
},
"bidOpening": {
"date": "2025-03-07T14:00:00Z"
},
"hasRecurrence": false,
"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": "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'.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "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."
},
"newValue": {
"text": "This is a Provider Selection Regime (PSR) confirmation of establishment of a framework agreement. This framework agreement has been concluded under 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. This framework agreement has now been formally concluded using the competitive process. You must confirm the following: Standstill concluded on the 17th July 2025. The framework agreement will beginning 1st August 2025 to 31st July 2028 with the option to extend for 1 x 12 months. The contract value is PS300,000,000"
},
"where": {
"section": "VI.3"
}
}
]
}
]
},
"parties": [
{
"id": "GB-NHS-west Suffolk NHS Foundation Trust",
"name": "EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB",
"identifier": {
"legalName": "EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB",
"id": "west Suffolk NHS Foundation Trust",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "2-4 Victoria House",
"locality": "CAMBRIDGE",
"region": "UKH12",
"postalCode": "CB215XA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Corporate Services",
"telephone": "+44 7956487948",
"email": "corporate.services@eoecph.nhs.uk",
"url": "https://atamis-1928.my.site.com/s/Welcome"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.eoecph.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-34495",
"name": "East of England NHS Collaborative Procurement Hub",
"identifier": {
"legalName": "East of England NHS Collaborative Procurement Hub"
},
"address": {
"locality": "Cambridge",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-NHS-West Suffolk NHS Foundation Trust",
"name": "East of England NHS collaborative Procurement Hub",
"identifier": {
"legalName": "East of England NHS collaborative Procurement Hub",
"id": "West Suffolk NHS Foundation Trust",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "Victoria House, Camlife, Cambridge Road, Fulbourn",
"locality": "Cambridge",
"region": "UKH12",
"postalCode": "CB215XA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Corporate Services",
"telephone": "+44 7956487948",
"email": "corporate.services@eoecph.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.eoecph.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-COH-04785250",
"name": "4ways Healthcare Ltd",
"identifier": {
"legalName": "4ways Healthcare Ltd",
"id": "04785250",
"scheme": "GB-COH"
},
"address": {
"locality": "Hemel Hempstead",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-13047920",
"name": "Axon Medical Ltd",
"identifier": {
"legalName": "Axon Medical Ltd",
"id": "13047920",
"scheme": "GB-COH"
},
"address": {
"locality": "Birmingham",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-14630823",
"name": "CYA Medical Ltd (Trade Name - RadConsult)",
"identifier": {
"legalName": "CYA Medical Ltd (Trade Name - RadConsult)",
"id": "14630823",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-08257592",
"name": "DMC Imaging Ltd",
"identifier": {
"legalName": "DMC Imaging Ltd",
"id": "08257592",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-OC360458",
"name": "Everlight Radiology Ltd",
"identifier": {
"legalName": "Everlight Radiology Ltd",
"id": "OC360458",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-10249971",
"name": "Hexard Group Ltd",
"identifier": {
"legalName": "Hexard Group Ltd",
"id": "10249971",
"scheme": "GB-COH"
},
"address": {
"locality": "Harrow",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-12846354",
"name": "LMVP Telemedicine",
"identifier": {
"legalName": "LMVP Telemedicine",
"id": "12846354",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-5026045",
"name": "Medica Reporting Ltd",
"identifier": {
"legalName": "Medica Reporting Ltd",
"id": "5026045",
"scheme": "GB-COH"
},
"address": {
"locality": "Hastings",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-11851997",
"name": "Medneo Diagnostics UK Ltd",
"identifier": {
"legalName": "Medneo Diagnostics UK Ltd",
"id": "11851997",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-10665923",
"name": "Teleconsult UK",
"identifier": {
"legalName": "Teleconsult UK",
"id": "10665923",
"scheme": "GB-COH"
},
"address": {
"locality": "Milton Keynes",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-06958314",
"name": "Telemedicine Clinic Ltd",
"identifier": {
"legalName": "Telemedicine Clinic Ltd",
"id": "06958314",
"scheme": "GB-COH"
},
"address": {
"locality": "Birmingham",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-12641287",
"name": "The HLH Imaging Group Ltd",
"identifier": {
"legalName": "The HLH Imaging Group Ltd",
"id": "12641287",
"scheme": "GB-COH"
},
"address": {
"locality": "Ruislip",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-153534",
"name": "East of England NHS Collabortive Hub",
"identifier": {
"legalName": "East of England NHS Collabortive Hub"
},
"address": {
"locality": "Cambridge",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-NHS-East of England NHS Collaborative Procurement Hub",
"name": "East of England NHS collaborative Procurement Hub",
"identifier": {
"legalName": "East of England NHS collaborative Procurement Hub",
"id": "East of England NHS Collaborative Procurement Hub",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "Victoria House, Camlife, Cambridge Road, Fulbourn",
"locality": "Cambridge",
"region": "UKH12",
"postalCode": "CB215XA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Corporate Services",
"telephone": "+44 7956487948",
"email": "corporate.services@eoecph.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.eoecph.nhs.uk/"
}
}
],
"buyer": {
"id": "GB-NHS-East of England NHS Collaborative Procurement Hub",
"name": "East of England NHS collaborative Procurement Hub"
},
"language": "en",
"awards": [
{
"id": "037677-2025-1",
"status": "active",
"suppliers": [
{
"id": "GB-COH-04785250",
"name": "4ways Healthcare Ltd"
}
]
},
{
"id": "037677-2025-2",
"status": "active",
"suppliers": [
{
"id": "GB-COH-13047920",
"name": "Axon Medical Ltd"
}
]
},
{
"id": "037677-2025-3",
"status": "active",
"suppliers": [
{
"id": "GB-COH-14630823",
"name": "CYA Medical Ltd (Trade Name - RadConsult)"
}
]
},
{
"id": "037677-2025-4",
"status": "active",
"suppliers": [
{
"id": "GB-COH-08257592",
"name": "DMC Imaging Ltd"
}
]
},
{
"id": "037677-2025-5",
"status": "active",
"suppliers": [
{
"id": "GB-COH-OC360458",
"name": "Everlight Radiology Ltd"
}
]
},
{
"id": "037677-2025-6",
"status": "active",
"suppliers": [
{
"id": "GB-COH-10249971",
"name": "Hexard Group Ltd"
}
]
},
{
"id": "037677-2025-7",
"status": "active",
"suppliers": [
{
"id": "GB-COH-12846354",
"name": "LMVP Telemedicine"
}
]
},
{
"id": "037677-2025-8",
"status": "active",
"suppliers": [
{
"id": "GB-COH-5026045",
"name": "Medica Reporting Ltd"
}
]
},
{
"id": "037677-2025-9",
"status": "active",
"suppliers": [
{
"id": "GB-COH-11851997",
"name": "Medneo Diagnostics UK Ltd"
}
]
},
{
"id": "037677-2025-10",
"status": "active",
"suppliers": [
{
"id": "GB-COH-10665923",
"name": "Teleconsult UK"
}
]
},
{
"id": "037677-2025-11",
"status": "active",
"suppliers": [
{
"id": "GB-COH-06958314",
"name": "Telemedicine Clinic Ltd"
}
]
},
{
"id": "037677-2025-12",
"status": "active",
"suppliers": [
{
"id": "GB-COH-12641287",
"name": "The HLH Imaging Group Ltd"
}
]
}
],
"contracts": [
{
"id": "037677-2025-1",
"awardID": "037677-2025-1",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-2",
"awardID": "037677-2025-2",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-3",
"awardID": "037677-2025-3",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-4",
"awardID": "037677-2025-4",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-5",
"awardID": "037677-2025-5",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-6",
"awardID": "037677-2025-6",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-7",
"awardID": "037677-2025-7",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-8",
"awardID": "037677-2025-8",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-9",
"awardID": "037677-2025-9",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-10",
"awardID": "037677-2025-10",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-11",
"awardID": "037677-2025-11",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
},
{
"id": "037677-2025-12",
"awardID": "037677-2025-12",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 14
},
{
"id": "4",
"measure": "bids",
"value": 14
},
{
"id": "7",
"measure": "bids",
"value": 14
},
{
"id": "10",
"measure": "bids",
"value": 14
},
{
"id": "13",
"measure": "bids",
"value": 14
},
{
"id": "16",
"measure": "bids",
"value": 14
},
{
"id": "19",
"measure": "bids",
"value": 14
},
{
"id": "22",
"measure": "bids",
"value": 14
},
{
"id": "25",
"measure": "bids",
"value": 14
},
{
"id": "28",
"measure": "bids",
"value": 14
},
{
"id": "31",
"measure": "bids",
"value": 14
},
{
"id": "34",
"measure": "bids",
"value": 14
},
{
"id": "2",
"measure": "smeBids",
"value": 12
},
{
"id": "5",
"measure": "smeBids",
"value": 13
},
{
"id": "8",
"measure": "smeBids",
"value": 13
},
{
"id": "11",
"measure": "smeBids",
"value": 13
},
{
"id": "14",
"measure": "smeBids",
"value": 13
},
{
"id": "17",
"measure": "smeBids",
"value": 13
},
{
"id": "20",
"measure": "smeBids",
"value": 13
},
{
"id": "23",
"measure": "smeBids",
"value": 13
},
{
"id": "26",
"measure": "smeBids",
"value": 13
},
{
"id": "29",
"measure": "smeBids",
"value": 13
},
{
"id": "32",
"measure": "smeBids",
"value": 13
},
{
"id": "35",
"measure": "smeBids",
"value": 13
},
{
"id": "3",
"measure": "electronicBids",
"value": 14
},
{
"id": "6",
"measure": "electronicBids",
"value": 13
},
{
"id": "9",
"measure": "electronicBids",
"value": 14
},
{
"id": "12",
"measure": "electronicBids",
"value": 14
},
{
"id": "15",
"measure": "electronicBids",
"value": 13
},
{
"id": "18",
"measure": "electronicBids",
"value": 14
},
{
"id": "21",
"measure": "electronicBids",
"value": 14
},
{
"id": "24",
"measure": "electronicBids",
"value": 14
},
{
"id": "27",
"measure": "electronicBids",
"value": 14
},
{
"id": "30",
"measure": "electronicBids",
"value": 14
},
{
"id": "33",
"measure": "electronicBids",
"value": 14
},
{
"id": "36",
"measure": "electronicBids",
"value": 14
}
]
}
}