Notice Information
Notice Title
Grampian Health Board Radiotherapy Linac, R&V and TPS
Notice Description
Grampian Health Board wished to procure one Medical Linear Accelerator ("Linac") for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wished to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System.
Lot Information
Adaptive Linac, R&V and TPS
Lot 1 comprised all of the following: - a Linac for the delivery of on-line adaptive radiotherapy treatments - an Oncology Information Management and Record and Verify System ("R&V") - a Treatment Planning System ("TPS"). The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both.
Conventional Linac, R&V and TPSLot 2 comprised all of the following: - a conventional multi-mode Linac - an Oncology Information Management and Record and Verify System ("R&V") - a Treatment Planning System ("TPS"). The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000636160
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418409
- 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
- £3,346,000 £1M-£10M
- Lots Value
- £3,346,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,345,900 £1M-£10M
Notice Dates
- Publication Date
- 15 Jun 20214 years ago
- Submission Deadline
- 22 Dec 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 28 May 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
- Contact Name
- Alan Summers, Andrew Crawford, Paul Clyde
- Contact Email
- alan.summers2@nhs.scot, andrew.crawford2@nhs.scot, paul.clyde@nhs.scot
- Contact Phone
- +44 1312756511, +44 1312757728, +44 1698794410
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
- TLM50 Aberdeen City and Aberdeenshire
-
- 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=NOV399730
Grampian Health Board Radiotherapy Linac, R&V and TPS - Grampian Health Board wishes to procure one Medical Linear Accelerator ("Linac") for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wishes to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418409
Grampian Health Board Radiotherapy Linac, R&V and TPS - Grampian Health Board wished to procure one Medical Linear Accelerator ("Linac") for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wished to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System.
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-r6ebe6-0000636160-2021-06-15T00:00:00Z",
"date": "2021-06-15T00:00:00Z",
"ocid": "ocds-r6ebe6-0000636160",
"initiationType": "tender",
"parties": [
{
"id": "org-14",
"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": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"name": "Andrew Crawford",
"email": "andrew.crawford2@nhs.scot",
"telephone": "+44 1698794410",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
},
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
}
},
{
"id": "org-38",
"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"
]
},
{
"id": "org-5",
"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": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"name": "Alan Summers",
"email": "alan.summers2@nhs.scot",
"telephone": "+44 1312756511",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
}
},
{
"id": "org-118",
"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": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"name": "Paul Clyde",
"email": "paul.clyde@nhs.scot",
"telephone": "+44 1312757728",
"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.nhsscotlandprocurement.scot.nhs.uk/"
}
},
{
"id": "org-260",
"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"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-261",
"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) (\"NSS\")",
"id": "org-118"
},
"tender": {
"id": "SLC818/2020",
"title": "Grampian Health Board Radiotherapy Linac, R&V and TPS",
"description": "Grampian Health Board wished to procure one Medical Linear Accelerator (\"Linac\") for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wished to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33150000",
"scheme": "CPV"
},
{
"id": "33151000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Grampian Cancer Care Centre Aberdeen Royal Infirmary Foresterhill Aberdeen"
},
"deliveryAddresses": [
{
"region": "UKM50"
},
{
"region": "UKM50"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "33150000",
"scheme": "CPV"
},
{
"id": "33151000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Grampian Cancer Care Centre Aberdeen Royal Infirmary Foresterhill Aberdeen"
},
"deliveryAddresses": [
{
"region": "UKM50"
},
{
"region": "UKM50"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 3346000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-12-22T17:00:00Z"
},
"awardPeriod": {
"startDate": "2020-12-22T17:00:00Z"
},
"documents": [
{
"id": "NOV399730",
"documentType": "contractNotice",
"title": "Grampian Health Board Radiotherapy Linac, R&V and TPS",
"description": "Grampian Health Board wishes to procure one Medical Linear Accelerator (\"Linac\") for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wishes to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399730",
"format": "text/html"
},
{
"id": "JUN418409",
"documentType": "awardNotice",
"title": "Grampian Health Board Radiotherapy Linac, R&V and TPS",
"description": "Grampian Health Board wished to procure one Medical Linear Accelerator (\"Linac\") for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wished to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418409",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Adaptive Linac, R&V and TPS",
"description": "Lot 1 comprised all of the following: - a Linac for the delivery of on-line adaptive radiotherapy treatments - an Oncology Information Management and Record and Verify System (\"R&V\") - a Treatment Planning System (\"TPS\"). The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both.",
"status": "complete",
"value": {
"amount": 3346000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "NHS Requirement",
"description": "40"
},
{
"type": "cost",
"name": "Cost",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
},
{
"id": "2",
"title": "Conventional Linac, R&V and TPS",
"description": "Lot 2 comprised all of the following: - a conventional multi-mode Linac - an Oncology Information Management and Record and Verify System (\"R&V\") - a Treatment Planning System (\"TPS\"). The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both.",
"status": "complete",
"value": {
"amount": 3346000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "NHS Requirement",
"description": "40"
},
{
"type": "cost",
"name": "Cost",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-12-22T17:00:00Z"
},
"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 GBP6.6m for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP6.6m 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"
},
"amendments": [
{
"id": "amd-8",
"description": "The Tender Response deadline has been extended to allow an issue to be addressed.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-12-22T17:00:00Z"
},
"newValue": {
"date": "2020-12-23T17:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-12-22T17:00:00Z"
},
"newValue": {
"date": "2020-12-23T17:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
},
{
"id": "amd-5",
"description": "Tender Deadline extended to allow an issue to be resolved.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-12-23T17:00:00Z"
},
"newValue": {
"date": "2020-12-29T17:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-12-23T17:00:00Z"
},
"newValue": {
"date": "2020-12-29T17:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "The estimated value referred to in Section II.1.7 and V.2.4 covers the contract duration of the agreement. The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both. The Board would accept the highest ranked offer for Lot 1, unless the quoted price exceeded the Board's budget of 3,346,000 GBP for that procurement or the Board considered that no offer adequately met its requirements. If the Board did not award a contract for Lot 1, then the Board would consider the highest ranked offer for Lot 2. If no offers fell within the budget for this procurement or the Board considered that no offer adequately met the requirements specified herein, then the Board would decline to accept any offer. (SC Ref:657433)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636160"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636160"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636160"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636160"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SLC818/2020-1",
"title": "Adaptive Linac, R&V and TPS",
"suppliers": [
{
"id": "org-260",
"name": "Varian Medical Systems UK Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "SLC818/2020-2",
"title": "Conventional Linac, R&V and TPS",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "SLC818/2020-1",
"awardID": "SLC818/2020-1",
"title": "Adaptive Linac, R&V and TPS",
"status": "active",
"value": {
"amount": 3345900,
"currency": "GBP"
},
"dateSigned": "2021-05-28T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 225-554976"
}
],
"bids": {
"statistics": [
{
"id": "516",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "517",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "518",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "519",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "520",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}