Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: NHS Shared Business Services
National registration number: 05280446
Postal address: Halyard Court, 31 Broadway, The Quays
Town: Salford
NUTS code:
UK UNITED KINGDOMPostal code: M50 2UW
Country: United Kingdom
Contact person: Andrew Payne
E-mail:
andrew_payne@nhs.netInternet address(es): Main address:
www.sbs.nhs.uk/ I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityOther type: Joint venture between the Department of Health and Steria
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The Provision of Artificial Intelligence (AI) Software in Neuroscience for Stroke Decision Making Support
Reference number: 10157
II.1.2)Main CPV code48180000 Medical software package
II.1.3)Type of contractSupplies
II.1.4)Short description:
NHS SBS is seeking to put in place a comprehensive framework agreement for the supply of Artificial Intelligence (AI) Software in neuroscience for stroke decision making support.
Stroke is an often debilitating or fatal clinical event. However, if the stroke is analysed early and well using medical imaging, it is possible for clinicians to significantly improve outcomes for patients. This saves lives and improves people’s quality of life. However, getting these treatment decisions wrong can lead to further strokes and disability for patients. Stroke is one of the most time critical conditions and may only be reliably diagnosed and treated following a brain scan; usually a CT scan or MRI scan.
This framework aims to provide AI solutions that support the analysis of medical imaging for ischaemic or haemorrhagic strokes and to support clinicians diagnose and treat strokes faster and more reliably.
II.1.5)Estimated total valueValue excluding VAT: 15 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)33110000 Imaging equipment for medical, dental and veterinary use
33190000 Miscellaneous medical devices and products
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
NHS SBS is seeking to put in place a comprehensive framework agreement for the supply of Artificial Intelligence (AI) software in neuroscience for stroke decision making support. Stroke is an often debilitating or fatal clinical event. However, if the stroke is analysed early and well using medical imaging, it is possible for clinicians to significantly improve outcomes for patients. This saves lives and improves people’s quality of life. However, getting these treatment decisions wrong can lead to further strokes and disability for patients. Stroke is one of the most time critical conditions and may only be reliably diagnosed and treated following a brain scan; usually a CT scan or MRI scan.
This framework aims to provide AI solutions that support the analysis of medical imaging for ischaemic or haemorrhagic strokes and to support clinicians diagnose and treat strokes faster and more reliably.
The NHS needs to work in the most efficient ways possible and maximise value for money in delivering its services through the purchases it makes for products and services.
The framework aims to provide a simple, effective, efficient and compliant route to purchase/supply the range of Stroke AI products and services for both NHS Customers and suppliers through means of either direct call-off or further competition if required.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The framework agreement will be for an initial 2-year period with an option to extend for up to 24 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Bidders can locate the tender documents on the EU Supply web portal, tender reference 41134.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 04/11/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 48 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/11/2020
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The duration referenced in Section II 1.4) is for the placing of orders.
The value provided in Section II 1.4) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreementssupport
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of
NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.
The envisaged maximum number of participants to the framework agreement, stated in IV.1.3) is an estimate and is subject to change.
Please respond through the EU Supply tender portal, tender reference; 41134 by 12.00 noon on 4 November 2020.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: NHS Shared Business Services
Postal address: 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
E-mail:
andrew_payne@nhs.net VI.4.2)Body responsible for mediation proceduresOfficial name: NHS Shared Business Services
Postal address: 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
E-mail:
andrew_payne@nhs.net VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought Promptly.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: NHS Shared Business Services
Postal address: 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
E-mail:
andrew_payne@nhs.net VI.5)Date of dispatch of this notice:02/10/2020