Award

Tayside Health Board Radiotherapy CT Simulators

TAYSIDE HEALTH BOARD (HEREAFTER REFERRED TO AS THE "BOARD")

This public procurement record has 2 releases in its history.

Award

02 Oct 2017 at 00:00

Tender

09 May 2017 at 00:00

Summary of the contracting process

The Tayside Health Board is conducting a procurement process for the purchase of Radiotherapy CT Simulators and associated equipment, essential for the Radiotherapy Department at Ninewells Hospital, Dundee. This tender is currently in the Award stage, following the completion of the open procurement method initiated on 9 May 2017. The submission deadline for bids was 8 June 2017, and the contract was signed on 4 September 2017. The total value of the contract is estimated at £660,000, classifying it under the health industry category.

This procurement opportunity presents significant growth potential for businesses specialising in medical equipment and technology. Companies involved in the manufacture or supply of advanced CT simulators, alongside those providing installation and maintenance services within the healthcare sector, would be particularly well-suited to compete for this contract. The contract emphasises a turnkey solution, requiring firms to demonstrate relevant experience and meet strict quality standards, underlining the opportunity for those businesses equipped to meet these criteria.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Tayside Health Board Radiotherapy CT Simulators

Notice Description

The requirements included the purchase of a CT Simulator and all associated equipment ("Products"). The Products to be supplied to the Board are as detailed in the NHS Requirement within the ITT and will be installed at the Radiotherapy Department, Ninewells Hospital, Dundee.

Lot Information

Lot 1

Over the next year CT Simulators installed at the Radiotherapy Department, Ninewells Hospital within Tayside Health Board (the "Board") reach the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). Beyond this timescale, the equipment becomes less reliable with a consequent impact on the smooth running of the clinical radiotherapy service. Increased down-time of this equipment would impact on patients' waiting times and patients would potentially have gaps in their treatment which can affect cure rates. The requirements included the purchase of a CT Simulator and all associated equipment ("Products"). The Products to be supplied to the Board as detailed in the NHS Requirement within the ITT. The implementation of relevant Products at the Centre will be undertaken by the Contractor on a "turnkey" basis. Contractors are required, in response to the NHS Requirement, to provide detailed information in relation to the turnkey arrangements. It is intended that an award will be made to one successful Contractor who will act in the role of Prime Contractor for supply of all Products and associated services to the Board. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services. The successful Contractor shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000482562
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297321
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

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

Notice Value(s)

Tender Value
£660,000 £500K-£1M
Lots Value
£660,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Oct 20178 years ago
Submission Deadline
8 Jun 2017Expired
Future Notice Date
Not specified
Award Date
4 Sep 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

Contracting Authority (Buyer)

Main Buyer
TAYSIDE HEALTH BOARD (HEREAFTER REFERRED TO AS THE "BOARD")
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
TLM71 Angus and Dundee City

Local Authority
City of Edinburgh
Electoral Ward
Drum Brae/Gyle
Westminster Constituency
Edinburgh South West

Further Information

Notice Documents

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-r6ebe6-0000482562-2017-10-02T00:00:00Z",
    "date": "2017-10-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000482562",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-74",
            "name": "Tayside Health Board (hereafter referred to as the \"Board\")",
            "identifier": {
                "legalName": "Tayside Health Board (hereafter referred to as the \"Board\")"
            },
            "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-59",
            "name": "NHS National Services Scotland",
            "identifier": {
                "legalName": "NHS National Services Scotland"
            },
            "address": {
                "streetAddress": "Gyle Square, 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "email": "peter.mcconnell@nhs.net",
                "telephone": "+44 1698794534",
                "url": "http://www.nhsnss.org/"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-71",
            "name": "Tayside Health Board (hereafter referred to as the \"Board\")",
            "identifier": {
                "legalName": "Tayside Health Board (hereafter referred to as the \"Board\")"
            },
            "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-58",
            "name": "NHS National Services Scotland",
            "identifier": {
                "legalName": "NHS National Services Scotland"
            },
            "address": {
                "streetAddress": "Gyle Square, 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "email": "peter.mcconnell@nhs.net",
                "telephone": "+44 1698794534",
                "url": "http://www.nhslothian.scot.nhs.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Tayside Health Board (hereafter referred to as the \"Board\")",
        "id": "org-71"
    },
    "tender": {
        "id": "SLC818/2017",
        "title": "Tayside Health Board Radiotherapy CT Simulators",
        "description": "The requirements included the purchase of a CT Simulator and all associated equipment (\"Products\"). The Products to be supplied to the Board are as detailed in the NHS Requirement within the ITT and will be installed at the Radiotherapy Department, Ninewells Hospital, Dundee.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Radiotherapy Department Ninewells Hospital Dundee Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM21"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 660000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2017-06-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-06-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY282576",
                "documentType": "contractNotice",
                "title": "Tayside Health Board Radiotherapy CT Simulators",
                "description": "The requirements include the purchase of a CT Simulator and all associated equipment (\"Products\"). The Products to be supplied to the Board are as detailed in the NHS Requirement within the ITT and will be installed at the Radiotherapy Department, Ninewells Hospital, Dundee.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY282576",
                "format": "text/html"
            },
            {
                "id": "OCT297321",
                "documentType": "awardNotice",
                "title": "Tayside Health Board Radiotherapy CT Simulators",
                "description": "The requirements included the purchase of a CT Simulator and all associated equipment (\"Products\"). The Products to be supplied to the Board are as detailed in the NHS Requirement within the ITT and will be installed at the Radiotherapy Department, Ninewells Hospital, Dundee.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297321",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Over the next year CT Simulators installed at the Radiotherapy Department, Ninewells Hospital within Tayside Health Board (the \"Board\") reach the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). Beyond this timescale, the equipment becomes less reliable with a consequent impact on the smooth running of the clinical radiotherapy service. Increased down-time of this equipment would impact on patients' waiting times and patients would potentially have gaps in their treatment which can affect cure rates. The requirements included the purchase of a CT Simulator and all associated equipment (\"Products\"). The Products to be supplied to the Board as detailed in the NHS Requirement within the ITT. The implementation of relevant Products at the Centre will be undertaken by the Contractor on a \"turnkey\" basis. Contractors are required, in response to the NHS Requirement, to provide detailed information in relation to the turnkey arrangements. It is intended that an award will be made to one successful Contractor who will act in the role of Prime Contractor for supply of all Products and associated services to the Board. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services. The successful Contractor shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.",
                "status": "complete",
                "value": {
                    "amount": 660000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-06-08T12:00:00Z",
            "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 1320000 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 = 10000000 GBP Product Liability Insurance = 10000000 GBP"
                },
                {
                    "type": "technical",
                    "minimum": "-- All tendered products must fully comply with the Requirement Documents included within the tender; - 4C.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 or the relevant section of the Site Notice. - 4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: CE Mark - 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": "33150000",
            "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:513799)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000482562"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000482562"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SLC818/2017",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SLC818/2017",
            "awardID": "SLC818/2017",
            "status": "active",
            "dateSigned": "2017-09-04T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 090-176393"
        }
    ]
}