Award

Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board

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

This public procurement record has 2 releases in its history.

Award

06 Feb 2020 at 00:00

Tender

16 Jul 2018 at 00:00

Summary of the contracting process

The Common Services Agency, commonly known as NHS National Services Scotland, is conducting a procurement process for the purchase of radiotherapy equipment, specifically two linear accelerators for Highland Health Board and Tayside Health Board. The tender is currently in the Award stage, having been formally completed on 6th February 2020. The equipment will be delivered to Raigmore Hospital in Inverness and Ninewells Hospital in Dundee, as part of the Scottish Government's Radiotherapy Capital Equipment Replacement Programme. This open procurement process involved a contract value of over £5 million GBP, with the intention of awarding a single contractor to manage the turnkey project.

This procurement presents significant opportunities for businesses specialising in medical equipment supply and installation, particularly those with experience in sophisticated radiotherapy technology. SMEs that can demonstrate compliance with NHS requirements and possess the necessary certifications, alongside a proven track record in similar projects, are well-positioned to compete. Potential bidders should be able to manage the complexities of delivering technical services and ensure they meet quality standards set by the contracting authority.

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

Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board

Notice Description

Radiotherapy equipment installed at Raigmore Hospital, Inverness, and the Tayside Cancer Centre, Ninewells Hospital, Dundee, (the "TCC"), would reach the end of its recommended life-expectancy and was due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement included the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products would be undertaken by the Contractor on a "turnkey" basis. It was intended that an award would be made to one successful Contractor who would act in the role of Prime Contractor for supply of all Products and associated services to the Boards. This meant that the successful Contractor should assume full responsibility for supply of all Products and associated services.

Lot Information

Lot 1

Radiotherapy equipment installed at both Raigmore Hospital within Highland Health Board and the Tayside Cancer Centre, located at Ninewells Hospital, Dundee (the "TCC") within Tayside Health Board would reach the end of its recommended life-expectancy and was due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement included the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products would be undertaken by the Contractor on a "turnkey" basis. It was intended that an award would be made to one successful Contractor who would act in the role of Prime Contractor for supply of all Products and associated services to the Boards. This meant that the successful Contractor should assume full responsibility for supply of all Products and associated services. The successful Contractor should solely be responsible for effecting any subcontracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000548511
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380042
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

33151000 - Radiotherapy devices and supplies

Notice Value(s)

Tender Value
£4,300,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£5,044,481 £1M-£10M

Notice Dates

Publication Date
6 Feb 20206 years ago
Submission Deadline
17 Aug 2018Expired
Future Notice Date
Not specified
Award Date
11 Apr 20196 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
THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("AUTHORITY")
Contact Name
Alan Summers
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
TLM Scotland

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

Supplier Information

Number of Suppliers
1
Supplier Name

VARIAN MEDICAL SYSTEMS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325613
    Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board - Radiotherapy equipment installed at Raigmore Hospital, Inverness, and the Tayside Cancer Centre, Ninewells Hospital, Dundee, (the "TCC"), will reach the end of its recommended life-expectancy and is due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement includes the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products will be undertaken by the Contractor on a "turnkey" basis. 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 Boards. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380042
    Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board - Radiotherapy equipment installed at Raigmore Hospital, Inverness, and the Tayside Cancer Centre, Ninewells Hospital, Dundee, (the "TCC"), would reach the end of its recommended life-expectancy and was due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement included the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products would be undertaken by the Contractor on a "turnkey" basis. It was intended that an award would be made to one successful Contractor who would act in the role of Prime Contractor for supply of all Products and associated services to the Boards. This meant that the successful Contractor should assume full responsibility for supply of all Products and associated services.

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-r6ebe6-0000548511-2020-02-06T00:00:00Z",
    "date": "2020-02-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000548511",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-39",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"Authority\")",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"Authority\")"
            },
            "address": {
                "streetAddress": "Gyle Square, 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "name": "Alan Summers",
                "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-40",
            "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.hfs.scot.nhs.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-183",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"Authority\")",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"Authority\")"
            },
            "address": {
                "streetAddress": "Gyle Square, 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "name": "Alan Summers",
                "email": "alan.summers@nhs.net",
                "telephone": "+44 1312756511",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-184",
            "name": "Varian Medical Systems UK Ltd",
            "identifier": {
                "legalName": "Varian Medical Systems UK Ltd"
            },
            "address": {
                "streetAddress": "Gatwick Road",
                "locality": "Crawley",
                "region": "UKJ2",
                "postalCode": "RH10 9RG"
            },
            "contactPoint": {
                "telephone": "+44 1293601324",
                "faxNumber": "+44 1293553652"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-185",
            "name": "Sherriff Court House",
            "identifier": {
                "legalName": "Sherriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "email": "edinburgh@scotcourts.gov.uk",
                "telephone": "+44 1312252525",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"Authority\")",
        "id": "org-183"
    },
    "tender": {
        "id": "SLC818/2018",
        "title": "Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board",
        "description": "Radiotherapy equipment installed at Raigmore Hospital, Inverness, and the Tayside Cancer Centre, Ninewells Hospital, Dundee, (the \"TCC\"), would reach the end of its recommended life-expectancy and was due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement included the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products would be undertaken by the Contractor on a \"turnkey\" basis. It was intended that an award would be made to one successful Contractor who would act in the role of Prime Contractor for supply of all Products and associated services to the Boards. This meant that the successful Contractor should assume full responsibility for supply of all Products and associated services.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33151000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Raigmore Hospital, Inverness and Tayside Cancer Centre, Ninewells Hospital, Dundee."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 4300000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-08-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-08-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL325613",
                "documentType": "contractNotice",
                "title": "Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board",
                "description": "Radiotherapy equipment installed at Raigmore Hospital, Inverness, and the Tayside Cancer Centre, Ninewells Hospital, Dundee, (the \"TCC\"), will reach the end of its recommended life-expectancy and is due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement includes the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products will be undertaken by the Contractor on a \"turnkey\" basis. 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 Boards. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325613",
                "format": "text/html"
            },
            {
                "id": "FEB380042",
                "documentType": "awardNotice",
                "title": "Radiotherapy, Linear Accelerator, for Highland Health Board and Tayside Health Board",
                "description": "Radiotherapy equipment installed at Raigmore Hospital, Inverness, and the Tayside Cancer Centre, Ninewells Hospital, Dundee, (the \"TCC\"), would reach the end of its recommended life-expectancy and was due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement included the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products would be undertaken by the Contractor on a \"turnkey\" basis. It was intended that an award would be made to one successful Contractor who would act in the role of Prime Contractor for supply of all Products and associated services to the Boards. This meant that the successful Contractor should assume full responsibility for supply of all Products and associated services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380042",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Radiotherapy equipment installed at both Raigmore Hospital within Highland Health Board and the Tayside Cancer Centre, located at Ninewells Hospital, Dundee (the \"TCC\") within Tayside Health Board would reach the end of its recommended life-expectancy and was due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement included the provision for the purchase of the following Products: 2 x Linear Accelerators comprising: 1 x multi (photon/electron) modality at Raigmore Hospital, and 1 x multi (photon/electron) modality at the TCC. The implementation of the Products would be undertaken by the Contractor on a \"turnkey\" basis. It was intended that an award would be made to one successful Contractor who would act in the role of Prime Contractor for supply of all Products and associated services to the Boards. This meant that the successful Contractor should assume full responsibility for supply of all Products and associated services. The successful Contractor should solely be responsible for effecting any subcontracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "NHS Requirement",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-08-17T12:00:00Z",
            "address": {
                "streetAddress": "NHS NSS, Gyle Square, 1 South Gyle Crescent, Edinburgh EH12 9EB"
            }
        },
        "contractTerms": {
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "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."
                },
                {
                    "type": "economic",
                    "minimum": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP8.6m for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP8.6m 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 = GBP5m Public Liability Insurance = GBP10m Product Liability Insurance = GBP5m"
                },
                {
                    "type": "technical",
                    "minimum": "-- 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 reoccurrence."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "33150000",
            "scheme": "CPV"
        },
        "reviewDetails": "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.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "While the Authority was conducting this Procurement exercise, the intention upon Award of Contract was that each of Highland Health Board and Tayside Health Board would enter into separate Agreements with the successful bidder for the supply of their specific requirements. (SC Ref:611504)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548511"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548511"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SLC818/2018",
            "suppliers": [
                {
                    "id": "org-184",
                    "name": "Varian Medical Systems UK Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SLC818/2018",
            "awardID": "SLC818/2018",
            "status": "active",
            "value": {
                "amount": 5044481,
                "currency": "GBP"
            },
            "dateSigned": "2019-04-11T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 137-312419"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "372",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "373",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "374",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "375",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "376",
                "measure": "electronicBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}