Tender

Digital Image Capture, Referral and Integration Solution

THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")

This public procurement record has 1 release in its history.

Tender

02 Aug 2023 at 00:00

Summary of the contracting process

The Common Services Agency (NSS) is procuring a Digital Image Capture, Referral and Integration Solution. This tender represents an opportunity for businesses in the Health industry to supply and deliver a technology solution across 14 Regional Health Boards in Scotland and 2 National Health Boards. The procurement method is an open procedure with a total potential value over the term of the framework estimated at 1.3 million GBP. The submission deadline for this tender is on 4th September 2023.

This tender by The Common Services Agency (NSS) seeks to streamline the referral process in healthcare through technology innovation. Businesses offering digital imaging solutions and expertise in healthcare technology integration would find this opportunity well-suited for their capabilities. The procurement process is currently in the active stage, with a focus on goods procurement. Interested businesses can access further details and submit their bids electronically through the provided online submission portal before the tender deadline.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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).

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

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.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}