Tender

Auto-injectors for PET-CT Service

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

This public procurement record has 1 release in its history.

Tender

05 Dec 2025 at 11:22

Summary of the contracting process

This procurement process, initiated by NHS National Services Scotland (NSS), involves a tender for the acquisition of auto-injector systems to support PET-CT services across four NHS boards in Scotland: NHS GG&C, NHS Lothian, NHS Grampian, and NHS Tayside. The contract focuses on medical equipment and consumables, aiming to standardise the delivery of radiopharmaceuticals, enhance imaging quality, and improve patient safety. The procurement follows an open procedure and is designed as a single award, non-framework contract running for ten years, coinciding with the PET-CT replacement programme. The tender's submission deadline is set for 9th January 2026, with the contract award anticipated on 12th January 2026.

This tender presents a significant opportunity for businesses involved in the manufacture and supply of medical equipment, particularly those specialising in auto-injector technologies. It may be of interest to companies that can demonstrate compliance with UK and international standards for medical equipment and have the capacity to supply, maintain, and deliver consumables for the lifespan of the equipment. The contract stipulates quality and technical standards as top award criteria, alongside cost, offering a balanced assessment for potential suppliers who can meet the stringent technical requirements and have a substantial track record in similar supplies. This opportunity allows businesses in this industry to expand their reach and participate in the standardisation of critical medical equipment within NHS Scotland, potentially leading to long-term partnership and growth prospects.

How relevant is this notice?

Notice Information

Notice Title

Auto-injectors for PET-CT Service

Notice Description

This procurement is for the acquisition of auto-injector systems to support PET-CT services across NHS Scotland. The aim is to standardize the delivery of radiopharmaceuticals, improve patient safety, enhance imaging quality, and streamline clinical workflows. This procurement will apply to the 4 NHS Boards involved in PET-CT imaging, NHS GG&C, NHS Lothian, NHS Grampian and NHS Tayside. The procurement is to do a 10 year, non-framework contract as this covers the lifespan of the machines. It will run alongside the PET-CT replacement programme. There will be a single award as the requirements of the service are to standardise equipment and delivery.

Lot Information

Lot 1

This procurement is for the acquisition of auto-injector systems to support PET-CT services across NHS Scotland. The aim is to standardize the delivery of radiopharmaceuticals, improve patient safety, enhance imaging quality, and streamline clinical workflows. This procurement will apply to the 4 NHS Boards involved in PET-CT imaging, NHS GG&C, NHS Lothian, NHS Grampian and NHS Tayside. The procurement is to do a 10 year, non-framework contract as this covers the lifespan of the machines. The procurement will also cover the maintenance of the machines for the lifespan and the delivery of all consumables required for the daily operation of the machines. It will run alongside the PET-CT replacement programme. There will be a single award as the requirements of the service are to standardise equipment and delivery.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ef7a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/080064-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
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

33 - Medical equipments, pharmaceuticals and personal care products

50 - Repair and maintenance services


CPV Codes

33100000 - Medical equipments

33140000 - Medical consumables

50400000 - Repair and maintenance services of medical and precision equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20252 days ago
Submission Deadline
9 Jan 20262 months to go
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
john.gavin@nhs.scot
Contact Phone
+44 1312756000

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

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-h6vhtk-05ef7a-2025-12-05T11:22:44Z",
    "date": "2025-12-05T11:22:44Z",
    "ocid": "ocds-h6vhtk-05ef7a",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30671. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: The contract is over a 10 year period and annual spend does not qualify for the Community Benefits requirement. (SC Ref:817623)",
    "initiationType": "tender",
    "tender": {
        "id": "NP05925",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Auto-injectors for PET-CT Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "33100000",
            "description": "Medical equipments"
        },
        "mainProcurementCategory": "goods",
        "description": "This procurement is for the acquisition of auto-injector systems to support PET-CT services across NHS Scotland. The aim is to standardize the delivery of radiopharmaceuticals, improve patient safety, enhance imaging quality, and streamline clinical workflows. This procurement will apply to the 4 NHS Boards involved in PET-CT imaging, NHS GG&C, NHS Lothian, NHS Grampian and NHS Tayside. The procurement is to do a 10 year, non-framework contract as this covers the lifespan of the machines. It will run alongside the PET-CT replacement programme. There will be a single award as the requirements of the service are to standardise equipment and delivery.",
        "lots": [
            {
                "id": "1",
                "description": "This procurement is for the acquisition of auto-injector systems to support PET-CT services across NHS Scotland. The aim is to standardize the delivery of radiopharmaceuticals, improve patient safety, enhance imaging quality, and streamline clinical workflows. This procurement will apply to the 4 NHS Boards involved in PET-CT imaging, NHS GG&C, NHS Lothian, NHS Grampian and NHS Tayside. The procurement is to do a 10 year, non-framework contract as this covers the lifespan of the machines. The procurement will also cover the maintenance of the machines for the lifespan and the delivery of all consumables required for the daily operation of the machines. It will run alongside the PET-CT replacement programme. There will be a single award as the requirements of the service are to standardise equipment and delivery.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality/Technical",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "50"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33100000",
                        "description": "Medical equipments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33140000",
                        "description": "Medical consumables"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50400000",
                        "description": "Repair and maintenance services of medical and precision equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. 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. Employer's (compulsory) liability insurance = 5 000 000 GBP, Public liability insurance = 5 000 000 GBP, Professional indemnity insurance = 2 000 000 GBP, Product liability insurance = 5 000 000 GBP.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice",
                    "minimum": "Where the potential framework participant is unable for a valid reason to provide the information required, the authority may accept such other information provided by the potential framework participant as the authority considers appropriate",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Suppliers responses will be completed within the ITT with the use of the open procedure and exclusion based on inability to demonstrate ability to service NHSS requirements satisfactorily.",
                    "minimum": "The critical examination required under Regulation 31(2) of the Ionising Radiations Regulations 2017 must be carried out in conjunction with or by an NHS RPA. It is the supplier's responsibility to demonstrate that all tendered equipment is compliant with IOS 11608-52022 specification. The installer must provide a certificate of compliance with MEIGaN, as outlined in Section 11 of MEIGaN. The equipment must comply with relevant and current UK and international standards and guidance for the manufacture, supply and safety of X-ray equipment. These include: The equipment must have UKCA (CE) marking.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-01-09T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2026-01-12T12:00:00Z"
        },
        "bidOpening": {
            "date": "2026-01-12T12:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "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 operators 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 dispatches 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."
    },
    "parties": [
        {
            "id": "GB-FTS-115937",
            "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": "1 South Gyle Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312756000",
                "email": "john.gavin@nhs.scot",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.nss.nhs.scot/browse/procurement-and-logistics",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4635",
            "name": "Sherriff Court House",
            "identifier": {
                "legalName": "Sherriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "email": "edinburgh@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-115937",
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000817623"
        }
    ],
    "language": "en"
}