Notice Information
Notice Title
Digital Image Capture, Referral and Integration Solution
Notice Description
The Common Services Agency (more commonly known as National Services Scotland) ('NSS') acting through its division Procurement, Commissioning & Facilities is undertaking this procurement of the supply and delivery of a Digital Image Capture, Referral and Integration Solution. NSS is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate of the total potential value over the term of the framework is noted within the contract notice. The current realistic anticipated framework expenditure is circa 930k GBP, however the maximum anticipated expenditure for the framework is 1.3 million GBP over the life of the framework.
Lot Information
Lot 1
This project is derived from the Accelerated National Innovation Adoption (ANIA) Pathway. This is an initiative focused on using technology to fast-track proven innovations into the healthcare frontline on a Once for Scotland basis. This innovation uniquely enables the capture and inclusion of triage quality image(s) via a technology solution (App) as part of the primary care referral process to secondary care Dermatology services. The technology solution overcomes the GDPR issue of images being stored locally, enabling consultant Dermatologists to conduct improved Active Clinical Referral Triage (ACRT) to determine if a face-to-face appointment is required. The service is intended to: 1. Reduce the number of face-to-face secondary care appointments required; 2. Facilitate more accurate allocation of referral priority 3. Reduce waiting times for specialist treatment, and 4. Offer similar clinical outcomes, quality of life and patient satisfaction as conventional referral.. As part of this procurement, a proposed key minimum dataset of DICOM-standard clinical metadata for use in real-world dermatological images is required to be adhered to. A list of relevant data points has been proposed. These proposed data points have been reviewed by the British Association of Dermatologists Artificial Intelligence Working Party Group (BAD AI WPG).
Renewal: Health Boards will have the option to call-off from the Framework. The initial term of the call-off contracts will be 2 years with options of 3 annual extensions thereafter. However a fixed price is required for a three-year period (two-year initial term plus one-year of the extended call-off terms available).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000727976
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG485096
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
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
48328000 - Image-processing software package
85121282 - Dermatology services
Notice Value(s)
- Tender Value
- £930,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Aug 20232 years ago
- Submission Deadline
- 4 Sep 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
- Contact Name
- Not specified
- Contact Email
- kris.lindsay@nhs.scot
- Contact Phone
- +44 7804475952
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG485096
Digital Image Capture, Referral and Integration Solution - The Common Services Agency (more commonly known as National Services Scotland) ('NSS') acting through its division Procurement, Commissioning & Facilities is undertaking this procurement of the supply and delivery of a Digital Image Capture, Referral and Integration Solution. NSS is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate of the total potential value over the term of the framework is noted within the contract notice. The current realistic anticipated framework expenditure is circa 930k GBP, however the maximum anticipated expenditure for the framework is 1.3 million GBP over the life of the framework.
Notice URLs
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-r6ebe6-0000727976-2023-08-02T00:00:00Z",
"date": "2023-08-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000727976",
"initiationType": "tender",
"parties": [
{
"id": "org-24",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "kris.lindsay@nhs.scot",
"telephone": "+44 7804475952"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-10",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "9 Lewis Street",
"locality": "Stornoway",
"postalCode": "HS1 2JF"
},
"contactPoint": {
"email": "stornoway@scotcourts.gov.uk",
"telephone": "+44 1851702231",
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint",
"mediationBody"
]
},
{
"id": "org-39",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"id": "org-24"
},
"tender": {
"id": "NP510023",
"title": "Digital Image Capture, Referral and Integration Solution",
"description": "The Common Services Agency (more commonly known as National Services Scotland) ('NSS') acting through its division Procurement, Commissioning & Facilities is undertaking this procurement of the supply and delivery of a Digital Image Capture, Referral and Integration Solution. NSS is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate of the total potential value over the term of the framework is noted within the contract notice. The current realistic anticipated framework expenditure is circa 930k GBP, however the maximum anticipated expenditure for the framework is 1.3 million GBP over the life of the framework.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "48000000",
"scheme": "CPV"
},
{
"id": "85121282",
"scheme": "CPV"
},
{
"id": "48328000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "14 Regional Health Boards across Scotland and 2 National Health Boards"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 930000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2023-09-04T10:00:00Z"
},
"awardPeriod": {
"startDate": "2023-09-04T10:00:00Z"
},
"documents": [
{
"id": "AUG485096",
"documentType": "contractNotice",
"title": "Digital Image Capture, Referral and Integration Solution",
"description": "The Common Services Agency (more commonly known as National Services Scotland) ('NSS') acting through its division Procurement, Commissioning & Facilities is undertaking this procurement of the supply and delivery of a Digital Image Capture, Referral and Integration Solution. NSS is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate of the total potential value over the term of the framework is noted within the contract notice. The current realistic anticipated framework expenditure is circa 930k GBP, however the maximum anticipated expenditure for the framework is 1.3 million GBP over the life of the framework.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG485096",
"format": "text/html"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"lots": [
{
"id": "1",
"description": "This project is derived from the Accelerated National Innovation Adoption (ANIA) Pathway. This is an initiative focused on using technology to fast-track proven innovations into the healthcare frontline on a Once for Scotland basis. This innovation uniquely enables the capture and inclusion of triage quality image(s) via a technology solution (App) as part of the primary care referral process to secondary care Dermatology services. The technology solution overcomes the GDPR issue of images being stored locally, enabling consultant Dermatologists to conduct improved Active Clinical Referral Triage (ACRT) to determine if a face-to-face appointment is required. The service is intended to: 1. Reduce the number of face-to-face secondary care appointments required; 2. Facilitate more accurate allocation of referral priority 3. Reduce waiting times for specialist treatment, and 4. Offer similar clinical outcomes, quality of life and patient satisfaction as conventional referral.. As part of this procurement, a proposed key minimum dataset of DICOM-standard clinical metadata for use in real-world dermatological images is required to be adhered to. A list of relevant data points has been proposed. These proposed data points have been reviewed by the British Association of Dermatologists Artificial Intelligence Working Party Group (BAD AI WPG).",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Functional Requirements",
"description": "30"
},
{
"type": "cost",
"name": "Price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Health Boards will have the option to call-off from the Framework. The initial term of the call-off contracts will be 2 years with options of 3 annual extensions thereafter. However a fixed price is required for a three-year period (two-year initial term plus one-year of the extended call-off terms available)."
}
}
],
"bidOpening": {
"date": "2023-09-04T10:00:00Z",
"address": {
"streetAddress": "National Services Scotland (NSS)"
},
"description": "National Procurement Personnel"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "See procurement documents"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to the details provided on the SPD document."
},
{
"type": "economic",
"description": "The Bidder should provide its yearly (\"specific\") turnover in the business area(s) covered by the contract and specified in the relevant Contract Notice: 3 Fiscal Years All Contractors must confirm that if required by NSS following evaluation of response to SPD, a Parent Company Guarantee will be provided that is deemed to be satisfactory to the Authority. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:",
"minimum": "Employers liability insurance: 5 000 000 GBP; Public liability insurance: 1 000 000 GBP; Professional indemnity insurance: 1 000 000 GBP Aggregate liability indemnity: 2 000 000 GBP"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-02-05T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "48000000",
"scheme": "CPV"
},
"reviewDetails": "The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the authority despatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within 15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not prevent the authority from awarding the framework agreement following the expiry of the standstill period. 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.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "This framework agreement will apply to the following NHS Scotland Regional Health Boards: Ayrshire and Arran Health Board Borders Health Board Dumfries and Galloway Health Board Lothian Health Board Fife Health Board Forth Valley Health Board Grampian Health Board Greater Glasgow Health Board Highland Health Board Lanarkshire Health Board Orkney Health Board Shetland Health Board Tayside Health Board Western Isles Health Board and the following National Health Boards: National Services Scotland (Common Services Agency) Golden Jubilee Hospital (National Waiting Times Centre Board) The buyer is using PCS-Tender to conduct this ITT exercise. The project code is - project_23968 For more information visit: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: This framework will not be Sub-contracted. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23968. 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: The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service. (SC Ref:727976)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000727976"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}