Notice Information
Notice Title
NHS Lothian Operating Theatre Video Management System
Notice Description
Offers were invited for the project management, supply, delivery, installation, commissioning, maintenance and training of a high definition Operating Theatre video management system for eight (of ten) operating theatres at the new RHSC/DCN project in Edinburgh, with full user training and support options. NHS Lothian (the Board) requires one company to be a prime contractor and provide a complete solution with total responsibility for implementation and support regardless of the sub-contractors required to be employed to provide the solution.
Lot Information
Lot 1
The requirement was for a High Definition Video system capable of managing Full High Definition (HD) video (min 1080) and Standard Definition (SD) video sources. The system must provide seamless routing from any connected video source to wall and ceiling mounted HD displays. Full High Definition (min 1080) video signal routing from laparoscopic cameras and other sources to the monitors is to be in a digital format to maintain quality. In addition to laparoscopic cameras, other sources may include operating light cameras, operating microscopes, other endoscope cameras, surgical navigation systems, ultrasound systems and C-arms. The system must be capable of accepting and seamlessly routing a minimum 5 video sources (of various formats) to a minimum 3 monitors/outputs as required. The system must also be able to display PACS images for review on any of the monitors within the theatre (included in the video source count above).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000474610
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297338
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32223000 - Video transmission apparatus
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- £300,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Oct 20178 years ago
- Submission Deadline
- 20 Jan 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 29 May 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LOTHIAN HEALTH BOARD (HEREAFTER REFERRED TO AS THE "AUTHORITY")
- Contact Name
- Not specified
- Contact Email
- alan.summers@nhs.net
- Contact Phone
- +44 1312756511
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
- TLM75 City of Edinburgh
-
- 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=DEC266948
NHS Lothian Operating Theatre Video Management System - Offers are invited for the project management, supply, delivery, installation, commissioning, maintenance and training of a high definition Operating Theatre video management system for eight (of ten) operating theatres at the new RHSC/DCN project in Edinburgh, with full user training and support options. NHS Lothian (the Board) requires one company to be a prime contractor and provide a complete solution with total responsibility for implementation and support regardless of the sub-contractors required to be employed to provide the solution. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297338
NHS Lothian Operating Theatre Video Management System - Offers were invited for the project management, supply, delivery, installation, commissioning, maintenance and training of a high definition Operating Theatre video management system for eight (of ten) operating theatres at the new RHSC/DCN project in Edinburgh, with full user training and support options. NHS Lothian (the Board) requires one company to be a prime contractor and provide a complete solution with total responsibility for implementation and support regardless of the sub-contractors required to be employed to provide the solution.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000474610-2017-10-02T00:00:00Z",
"date": "2017-10-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000474610",
"initiationType": "tender",
"parties": [
{
"id": "org-59",
"name": "Lothian Health Board (hereafter referred to as the \"Authority\")",
"identifier": {
"legalName": "Lothian Health Board (hereafter referred to as the \"Authority\")"
},
"address": {
"streetAddress": "c/o NHS NSS, Gyle Square, 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "alan.summers@nhs.net",
"telephone": "+44 1312756511",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.hfs.scot.nhs.uk"
}
},
{
"id": "org-32",
"name": "NSS Health Facilities Scotland",
"identifier": {
"legalName": "NSS Health Facilities Scotland"
},
"address": {
"streetAddress": "Gyle Square, 1 South Gyle Crescent",
"locality": "Edinburgh",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "nss.hfsframeworkscotland@nhs.net",
"telephone": "+44 1312756778",
"faxNumber": "+44 1313140727",
"url": "http://www.frameworks-scotland2.scot.nhs.uk/"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-72",
"name": "Lothian Health Board (hereafter referred to as the \"Authority\")",
"identifier": {
"legalName": "Lothian Health Board (hereafter referred to as the \"Authority\")"
},
"address": {
"streetAddress": "c/o NHS NSS, Gyle Square, 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "alan.summers@nhs.net",
"telephone": "+44 1312756511",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.hfs.scot.nhs.uk"
}
},
{
"id": "org-73",
"name": "NSS Health Facilities Scotland",
"identifier": {
"legalName": "NSS Health Facilities Scotland"
},
"address": {
"streetAddress": "Gyle Square, 1 South Gyle Crescent",
"locality": "Edinburgh",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"telephone": "+44 1312756511",
"url": "http://www.hfs.scot.nhs.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Lothian Health Board (hereafter referred to as the \"Authority\")",
"id": "org-72"
},
"tender": {
"id": "SLA/P065a",
"title": "NHS Lothian Operating Theatre Video Management System",
"description": "Offers were invited for the project management, supply, delivery, installation, commissioning, maintenance and training of a high definition Operating Theatre video management system for eight (of ten) operating theatres at the new RHSC/DCN project in Edinburgh, with full user training and support options. NHS Lothian (the Board) requires one company to be a prime contractor and provide a complete solution with total responsibility for implementation and support regardless of the sub-contractors required to be employed to provide the solution.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32223000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "New Royal Hospital for Sick Children Royal Infirmary of Edinburgh Little France Campus Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2017-01-20T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-01-20T12:00:00Z"
},
"documents": [
{
"id": "DEC266948",
"documentType": "contractNotice",
"title": "NHS Lothian Operating Theatre Video Management System",
"description": "Offers are invited for the project management, supply, delivery, installation, commissioning, maintenance and training of a high definition Operating Theatre video management system for eight (of ten) operating theatres at the new RHSC/DCN project in Edinburgh, with full user training and support options. NHS Lothian (the Board) requires one company to be a prime contractor and provide a complete solution with total responsibility for implementation and support regardless of the sub-contractors required to be employed to provide the solution.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266948",
"format": "text/html"
},
{
"id": "OCT297338",
"documentType": "awardNotice",
"title": "NHS Lothian Operating Theatre Video Management System",
"description": "Offers were invited for the project management, supply, delivery, installation, commissioning, maintenance and training of a high definition Operating Theatre video management system for eight (of ten) operating theatres at the new RHSC/DCN project in Edinburgh, with full user training and support options. NHS Lothian (the Board) requires one company to be a prime contractor and provide a complete solution with total responsibility for implementation and support regardless of the sub-contractors required to be employed to provide the solution.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297338",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The requirement was for a High Definition Video system capable of managing Full High Definition (HD) video (min 1080) and Standard Definition (SD) video sources. The system must provide seamless routing from any connected video source to wall and ceiling mounted HD displays. Full High Definition (min 1080) video signal routing from laparoscopic cameras and other sources to the monitors is to be in a digital format to maintain quality. In addition to laparoscopic cameras, other sources may include operating light cameras, operating microscopes, other endoscope cameras, surgical navigation systems, ultrasound systems and C-arms. The system must be capable of accepting and seamlessly routing a minimum 5 video sources (of various formats) to a minimum 3 monitors/outputs as required. The system must also be able to display PACS images for review on any of the monitors within the theatre (included in the video source count above).",
"status": "complete",
"value": {
"amount": 300000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-01-20T12:00:00Z",
"address": {
"streetAddress": "NHS NSS, Gyle Square, 1 South Gyle Crescent, Edinburgh EH12 9EB"
}
},
"contractTerms": {
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"minimum": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 600000 GBP for the last 3 years. 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 = 5000000 GBP Public Liability Insurance = 5000000 GBP Product Liability Insurance = 5000000 GBP"
},
{
"type": "technical",
"minimum": "-- All tendered products must fully comply with the Requirement Documents included within the tender; - 4C.11 Products Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity - 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 reoccurrence."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "32223000",
"scheme": "CPV"
},
"reviewDetails": "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.",
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:513797)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000474610"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000474610"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SLA/P065a",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SLA/P065a",
"awardID": "SLA/P065a",
"status": "active",
"dateSigned": "2017-05-29T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2016/S 243-443095"
}
]
}