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

Grampian Health Board Radiotherapy Linac, R&V and TPS

  • 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:
22 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 comprises all of the following:

— a Linac for the delivery of on-line adaptive radiotherapy treatments;

— an oncology information management and record and verify system (‘R&V’);

— a treatment planning system (‘TPS’).

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

Grampian Health Board Radiotherapy Linac, R&V and TPS

II.1.2) Main CPV code

33150000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Grampian Health Board wishes to procure one Medical Linear Accelerator (‘Linac’) for the delivery of radiotherapy treatments, in order to replace an existing Linac. The Board also wishes to renew or replace its existing oncology information management and record and verify system, as well as its treatment planning system.

II.1.5) Estimated total value

Value excluding VAT: 3 346 000.00  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

Adaptive Linac, R&V and TPS

II.2.2) Additional CPV code(s)

33150000

33151000

II.2.3) Place of performance

NUTS code:

UKM50


Main site or place of performance:

Grampian Cancer Care Centre, Aberdeen Royal Infirmary, Foresterhill, Aberdeen.

II.2.4) Description of the procurement

Lot 1 comprises all of the following:

— a Linac for the delivery of on-line adaptive radiotherapy treatments;

— an oncology information management and record and verify system (‘R&V’);

— a treatment planning system (‘TPS’).

II.2.5) Award criteria

Criteria below:

Quality criterion: NHS requirement / Weighting: 40

Quality criterion: Implementation / Weighting: 30

Cost criterion: Cost / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 3 346 000.00  GBP

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

Duration in months: 60

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

The board intends to award a contract to one successful Contractor for the supply of either lot 1 or lot 2, but not both.

Lot No: 2

II.2.1) Title

Conventional Linac, R&V and TPS

II.2.2) Additional CPV code(s)

33150000

33151000

II.2.3) Place of performance

NUTS code:

UKM50


Main site or place of performance:

Grampian Cancer Care Centre, Aberdeen Royal Infirmary, Foresterhill, Aberdeen.

II.2.4) Description of the procurement

Lot 2 comprises all of the following:

— a conventional multi-mode Linac;

— an oncology information management and record and verify system (‘R&V’);

— a treatment planning system (‘TPS’).

II.2.5) Award criteria

Criteria below:

Quality criterion: NHS requirement / Weighting: 40

Quality criterion: Implementation / Weighting: 30

Cost criterion: Cost / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 3 346 000.00  GBP

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

Duration in months: 60

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

The board intends to award a contract to one successful contractor for the supply of either lot 1 or lot 2, but not both.

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 6.6 million for the last 3 years.

4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 6.6 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 = GBP5 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 sub-standard 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 on-going 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.

(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 re-occurrence.

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: 22/12/2020

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: 22/12/2020

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) and II.2.6) covers the contract duration of the agreement.

The board intends to award a contract to one successful Contractor for the supply of either lot 1 or lot 2, but not both. The Board will accept the highest ranked offer for lot 1, unless the quoted price exceeds the Board’s budget of GBP 3 346 000 for this procurement or the board considers that no offer adequately meets its requirements. If the board does not award a contract for lot 1, then the board will consider the highest ranked offer for lot 2. If no offers fall within the budget for this procurement or the Board considers that no offer adequately meets the requirements specified herein, then the board may decline to accept any offer.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 17336. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:636160)

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.