Notice Information
Notice Title
NHS Tayside Radiotherapy Treatment Planning System
Notice Description
NHS National Services Scotland were tendering on behalf of Tayside Health Board (the "Health Board") for a replacement Treatment Planning System (the "Contract") for the Radiotherapy Department at Ninewells Hospital, Dundee, from a single Contractor. The Health Board would enter into a Contract with the successful Contractor.
Lot Information
Lot 1
Scotland has a population of 5.3 million who are served by five Cancer Centres, which amongst them use 27 linear accelerators to deliver in excess of 200,000 fractions of treatment per annum. Each Cancer Centre has at least one Treatment Planning System (TPS) that is used to model patient treatments. In order to provide efficient and effective delivery of radiotherapy services throughout Scotland, NHS Tayside's (NHST) TPS was due to be replaced under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). The TPS must remain up to date to enable modelling of the increasingly complex and rapidly developing radiotherapy techniques required to deliver optimal treatment for patients. Intensity Modulated Radiation Therapy (IMRT) techniques such as volumetric modulated arc therapy (VMAT), are considered the standard of care for the majority of treatment sites, with an increasing body of evidence supporting the benefit for patients. It was thus a requirement that equipment supplied is compatible with NHS Scotland's intention to make available intensity modulated radiotherapy to all patients who might benefit. Image Guided Radiation Therapy (IGRT) is a technological development that enables the accuracy of patient positioning on the treatment couch to be confirmed, thereby increasing the probability of tumour control and reducing dosage to surrounding normal tissues. It was a requirement that all equipment tendered be compatible with NHS Scotland's intention to make image guidance, including tracking tumour motion, available to all patients who might benefit.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000577017
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380038
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
-
- CPV Codes
30196000 - Planning systems
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- £510,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £498,427 £100K-£500K
Notice Dates
- Publication Date
- 6 Feb 20206 years ago
- Submission Deadline
- 30 Apr 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Jan 20206 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
- NHS TAYSIDE
- Contact Name
- Alan Summers
- Contact Email
- alan.summers@nhs.net
- Contact Phone
- +44 1312756511
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD1 9SY
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- West End
- Westminster Constituency
- Dundee Central
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349263
NHS Tayside Radiotherapy Treatment Planning System - NHS National Services Scotland are tendering on behalf of Tayside Health Board (the "Health Board") for a replacement Treatment Planning System (the "Contract") for the Radiotherapy Department at Ninewells Hospital, Dundee, from a single Contractor. The Health Board will enter into a Contract with the successful Contractor. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380038
NHS Tayside Radiotherapy Treatment Planning System - NHS National Services Scotland were tendering on behalf of Tayside Health Board (the "Health Board") for a replacement Treatment Planning System (the "Contract") for the Radiotherapy Department at Ninewells Hospital, Dundee, from a single Contractor. The Health Board would enter into a Contract with the successful Contractor.
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-r6ebe6-0000577017-2020-02-06T00:00:00Z",
"date": "2020-02-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000577017",
"initiationType": "tender",
"parties": [
{
"id": "org-28",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"name": "Alan Summers",
"email": "alan.summers@nhs.net",
"telephone": "+44 1312756511"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-30",
"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": "paul.hornby@nhs.net",
"telephone": "+44 1698794540",
"url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-189",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"name": "Alan Summers",
"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.nhstayside.scot.nhs.uk"
}
},
{
"id": "org-190",
"name": "RaySearch Laboratories AB (publ)",
"identifier": {
"legalName": "RaySearch Laboratories AB (publ)"
},
"address": {
"streetAddress": "Sveavagan 44",
"locality": "Stockholm",
"region": "SE11",
"postalCode": "111 34"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-19",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Stree",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "https://www.scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "NHS Tayside",
"id": "org-189"
},
"tender": {
"id": "SLC818/2019",
"title": "NHS Tayside Radiotherapy Treatment Planning System",
"description": "NHS National Services Scotland were tendering on behalf of Tayside Health Board (the \"Health Board\") for a replacement Treatment Planning System (the \"Contract\") for the Radiotherapy Department at Ninewells Hospital, Dundee, from a single Contractor. The Health Board would enter into a Contract with the successful Contractor.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "30196000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Radiotherapy Department Ninewells Hospital Dundee DD1 9SY"
},
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 510000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2019-04-30T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-04-30T12:00:00Z"
},
"documents": [
{
"id": "MAR349263",
"documentType": "contractNotice",
"title": "NHS Tayside Radiotherapy Treatment Planning System",
"description": "NHS National Services Scotland are tendering on behalf of Tayside Health Board (the \"Health Board\") for a replacement Treatment Planning System (the \"Contract\") for the Radiotherapy Department at Ninewells Hospital, Dundee, from a single Contractor. The Health Board will enter into a Contract with the successful Contractor.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349263",
"format": "text/html"
},
{
"id": "FEB380038",
"documentType": "awardNotice",
"title": "NHS Tayside Radiotherapy Treatment Planning System",
"description": "NHS National Services Scotland were tendering on behalf of Tayside Health Board (the \"Health Board\") for a replacement Treatment Planning System (the \"Contract\") for the Radiotherapy Department at Ninewells Hospital, Dundee, from a single Contractor. The Health Board would enter into a Contract with the successful Contractor.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380038",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Scotland has a population of 5.3 million who are served by five Cancer Centres, which amongst them use 27 linear accelerators to deliver in excess of 200,000 fractions of treatment per annum. Each Cancer Centre has at least one Treatment Planning System (TPS) that is used to model patient treatments. In order to provide efficient and effective delivery of radiotherapy services throughout Scotland, NHS Tayside's (NHST) TPS was due to be replaced under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). The TPS must remain up to date to enable modelling of the increasingly complex and rapidly developing radiotherapy techniques required to deliver optimal treatment for patients. Intensity Modulated Radiation Therapy (IMRT) techniques such as volumetric modulated arc therapy (VMAT), are considered the standard of care for the majority of treatment sites, with an increasing body of evidence supporting the benefit for patients. It was thus a requirement that equipment supplied is compatible with NHS Scotland's intention to make available intensity modulated radiotherapy to all patients who might benefit. Image Guided Radiation Therapy (IGRT) is a technological development that enables the accuracy of patient positioning on the treatment couch to be confirmed, thereby increasing the probability of tumour control and reducing dosage to surrounding normal tissues. It was a requirement that all equipment tendered be compatible with NHS Scotland's intention to make image guidance, including tracking tumour motion, available to all patients who might benefit.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical & Functional",
"description": "40"
},
{
"type": "cost",
"name": "Cost",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2019-04-30T12:00:00Z"
},
"contractTerms": {
"hasElectronicOrdering": true,
"performanceTerms": "Included in the Procurement documents"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"minimum": "The following list provides details of the sections within the European Single Procurement Document (ESPD) that must be completed. The ESPD is located within the ITT_28031 NHS Tayside Radiotherapy Treatment Planning System. 4B.1.1 Contractors will be required to have a minimum \"general\" yearly turnover of GBP 1 020 000 for the last 3 years. 4B.2.1 Contractors will be required to have a minimum yearly turnover of GBP 1 020 000 for the last 3 years in the business area covered by the contract. 4B.5.1 / 4B.5.2 It is a requirement of this contract that contractors hold, or can commit to obtain prior to the commencement of any subsequently Awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP 5 000 000. Public Liability Insurance = GBP 10 000 000. Product Liability Insurance = GBP 10 000 000."
},
{
"type": "technical",
"minimum": "The following sections within the ESPD must be completed. All tendered services and products must fully comply with the NHS Requirement in the tender documents. 4C.1.2 Contractors 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.2 Contractors will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.8.1 Contractors will be required to confirm their average annual manpower for the last 3 years. 4C.8.2 Contractors will be required to confirm their number of managerial staff for the last 3 years. 4C.10 Contractors will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 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 contractor 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 contractor must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the contractor 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 contractor'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 contractor 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 contractor's organisation. They must set out how the contractor'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 contractor'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 contractor'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 contractors apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the contractor deals with complaints. The contractor 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": "30196000",
"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 Tayside Health Board would enter into an Agreement with the successful contractor for the supply of their specific requirements. The solution offered by the successful Contractor would be covered by an initial two year warranty. (SC Ref:611511)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577017"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577017"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SLC818/2019",
"suppliers": [
{
"id": "org-190",
"name": "RaySearch Laboratories AB (publ)"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SLC818/2019",
"awardID": "SLC818/2019",
"status": "active",
"value": {
"amount": 498427,
"currency": "GBP"
},
"dateSigned": "2020-01-06T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 059-135944"
}
],
"bids": {
"statistics": [
{
"id": "387",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "388",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "389",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "390",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "391",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}