Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Greater Glasgow Health Board Radiotherapy OMS, TPS and DICOM Archive

  • First published: 18 November 2020
  • Last modified: 18 November 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)
Authority ID:
AA77631
Publication date:
18 November 2020
Deadline date:
21 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Oncology Management System (OMS) must operate as a single entity across the Beatson and be able to accommodate radiotherapy data and images for upwards of 230 000 patients, with over 4 000 000 treatment histories, and have the capacity for increases in radiotherapy workload for the next 5 years. The estimated increase in database growth is 10 GB per annum with accompanying image storage growth of approximately 2 TB per annum.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: Alan Summers

Telephone: +44 1312756511

E-mail: alan.summers2@nhs.scot

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Greater Glasgow Health Board Radiotherapy OMS, TPS and DICOM Archive

Reference number: SLC818/2020

II.1.2) Main CPV code

33150000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Greater Glasgow Health Board (more commonly known as NHS Greater Glasgow and Clyde) operates the Beatson West of Scotland Cancer Centre (being the Gartnavel General Hospital and the Lanarkshire Beatson) and has a requirement to replace its treatment Oncology Management System, two treatment planning systems (TPS) and Radiotherapy DICOM Archive under the Scottish Government’s Radiotherapy Capital Equipment Replacement Programme (CERP).

This NHS requirement includes the provision for the purchase of the following products:

Lot 1: Oncology Management System;

Lot 2: Treatment Planning System 1;

Lot 3: Treatment Planning System 2;

Lot 4: Radiotherapy DICOM Archive.

Contractors may tender for any single, or multiple lots, up to and including all four lots. Separate tenders should be submitted for each lot. Contractors may submit more than one tender for any given lot. A single tender for more than one lot combined will not be considered.

II.1.5) Estimated total value

Value excluding VAT: 2 960 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Oncology Management System

II.2.2) Additional CPV code(s)

33150000

33151000

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

The Beatson West of Scotland Cancer Centre, Gartnavel General Hospital, Glasgow; and

The Lanarkshire Beatson, University Hospital Monklands, Airdrie.

II.2.4) Description of the procurement

The Oncology Management System (OMS) must operate as a single entity across the Beatson and be able to accommodate radiotherapy data and images for upwards of 230 000 patients, with over 4 000 000 treatment histories, and have the capacity for increases in radiotherapy workload for the next 5 years. The estimated increase in database growth is 10 GB per annum with accompanying image storage growth of approximately 2 TB per annum.

II.2.5) Award criteria

Criteria below:

Quality criterion: NHS requirement / Weighting: 30

Quality criterion: Implementation / Weighting: 30

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all four lots. Separate tenders should be submitted for each lot. Contractors may submit more than one tender for any given lot. A single tender for more than one lot combined will not be considered.

Lot No: 2

II.2.1) Title

Treatment Planning System 1

II.2.2) Additional CPV code(s)

33150000

33151000

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

The Beatson West of Scotland Cancer Centre, Gartnavel General Hospital, Glasgow; and

The Lanarkshire Beatson, University Hospital Monklands, Airdrie.

II.2.4) Description of the procurement

It is envisaged that treatment planning systems 1 and 2 will facilitate different functions in clinical use. Treatment planning system 1 is intended to be the department’s primary pre-treatment planning system for almost all radical and palliative treatments. To this extent the systems requires capacity to host a large number of simultaneous users executing a variety of planning functions such as outlining, optimisation and dose calculation.

II.2.5) Award criteria

Criteria below:

Quality criterion: NHS requirement / Weighting: 30

Quality criterion: Implementation / Weighting: 30

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all four lots. Separate tenders should be submitted for each lot. Contractors may submit more than 1 tender for any given lot. A single tender for more than 1 lot combined will not be considered.

Lot No: 3

II.2.1) Title

Treatment Planning System 2

II.2.2) Additional CPV code(s)

33150000

33151000

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

The Beatson West of Scotland Cancer Centre, Gartnavel General Hospital, Glasgow; and

The Lanarkshire Beatson, University Hospital Monklands, Airdrie.

II.2.4) Description of the procurement

It is envisaged that treatment planning systems 1 and 2 will facilitate different functions in clinical use.

Treatment planning system 2 is intended primarily as a dose verification and quality assurance tool. It will perform multiple roles including secondary dose calculation for independent verification of monitor units, real time and offline verification of on-treatment delivery via logging of key treatment variables and EPID Dosimetry, and logging of the department’s QA activity.

II.2.5) Award criteria

Criteria below:

Quality criterion: NHS requirement / Weighting: 30

Quality criterion: Implementation / Weighting: 30

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all four lots. Separate tenders should be submitted for each lot. Contractors may submit more than one tender for any given lot. A single tender for more than one lot combined will not be considered.

Lot No: 4

II.2.1) Title

Radiotherapy DICOM Archive

II.2.2) Additional CPV code(s)

33150000

33151000

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

The Beatson West of Scotland Cancer Centre, Gartnavel General Hospital, Glasgow; and

The Lanarkshire Beatson, University Hospital Monklands, Airdrie.

II.2.4) Description of the procurement

It is essential that the DICOM Archive offered provides a high level of integration, at both the software and hardware levels, with the Beatson’s existing imaging facilities and all commonly available Oncology Management Systems and treatment planning systems. The need to duplicate or import and export data and images must be minimised to maximise service efficiency and work.

II.2.5) Award criteria

Criteria below:

Quality criterion: NHS requirement / Weighting: 30

Quality criterion: Implementation / Weighting: 30

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all four lots. Separate tenders should be submitted for each lot. Contractors may submit more than one tender for any given lot. A single tender for more than one lot combined will not be considered.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

4B.1.1 Bidders will be required to have a minimum ‘general’ yearly turnover of GBP 0.8 million for the last 3 years.

4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 0.8 million for the last 3 years in the business area covered by the contract.

4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (compulsory) liability insurance = GBP 5 million.

Public liability insurance = GBP 10 million.

Product liability insurance = GBP 5 million.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

— All tendered products must fully comply with the NHS Requirement included within the tender documents.

— 4.C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU contract notice.

— 4C.12 If awarded to the contract potential contractors must provide evidence that tendered products are CE marked. Evidence should be in the form of certification issued by a notified body.

— 4D.1 Quality management procedures.

1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent); or

2) The bidder must have the following:

(a) A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

(b) Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance.

(c) A documented process for ensuring that quality management is effective in reducing/preventing incidents of substandard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.

(d) Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records.

(e) Documented arrangements that your organisation has a system for monitoring quality management procedures on an ongoing basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance general performance.

(f) Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.

(g) A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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 participate

Date: 21/12/2020

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 21/12/2020

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

VI.3) Additional information

The estimated value referred to in section II.1.5) covers the contract duration of all four lots of the framework agreement.

Contractors may tender for any single, or multiple lots, up to and including all four lots. Separate tenders should be submitted for each lot. Contractors may submit more than one tender for any given lot. A single tender for more than one lot combined will not be considered.

Tenders for each lot will be evaluated separately and an award for each lot made separately.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 17335. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:636100)

VI.4) Procedures for review

VI.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

VI.4.3) Review procedure

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.

VI.5) Date of dispatch of this notice

13/11/2020

Coding

Commodity categories

ID Title Parent category
33151000 Radiotherapy devices and supplies Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
33150000 Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices Medical equipments

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alan.summers2@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.