Tender

Lothian Health Board Radiotherapy Linear Accelerator

NHS LOTHIAN

This public procurement record has 1 release in its history.

Tender

02 Nov 2021 at 00:00

Summary of the contracting process

NHS Lothian is conducting an open procedure tender for the supply and installation of a 6MV radiotherapy treatment machine, along with all associated equipment. This procurement, valued at £2.4 million, falls under the health industry category and will serve the Edinburgh Cancer Centre at Western General Hospital. The tender period will end on 2nd December 2021, with the bid opening scheduled for the same date. Interested parties can submit their bids electronically via the provided submission method link.

This procurement presents significant opportunities for businesses specialising in medical equipment supply, installation, and associated services, particularly those capable of delivering high-quality products that meet NHS requirements. Companies with a proven track record in healthcare equipment and a financial turnover of at least £5 million are well-suited to compete effectively. Successful bidders will be responsible for all aspects of product supply, including installation on a turnkey basis, thus ensuring a complete service offering to NHS Lothian and potentially opening avenues for further contracts within the public health sector.

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

Lothian Health Board Radiotherapy Linear Accelerator

Notice Description

Lothian Health Board have a requirement for the supply and installation of a 6MV radiotherapy treatment machine together with all associated equipment supplied therewith ("the Product"). The Product will be operated by the Board in the Edinburgh Cancer Centre (ECC) at Western General Hospital (WGH), also referred to as ED-17 when it becomes part of the Capital Equipment Replacement Programme (CERP).

Lot Information

Lot 1

Lothian Health Board have a requirement for the supply and installation of a 6MV radiotherapy treatment machine together with all associated equipment supplied therewith ("the Product"). The Product will be operated by the Board in the Edinburgh Cancer Centre (ECC) at Western General Hospital (WGH), also referred to as ED-17 when it becomes part of the Capital Equipment Replacement Programme (CERP). It is intended that an award will be made of a single lot to one successful Contractor who will act in the role of Prime Contractor for supply of all Products and associated services to the Board, including installation on a "turnkey basis". 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-r6ebe6-0000668239
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV431890
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

51 - Installation services (except software)


CPV Codes

33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

33151000 - Radiotherapy devices and supplies

51413000 - Installation services of radiotherapy equipment

Notice Value(s)

Tender Value
£2,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Nov 20214 years ago
Submission Deadline
2 Dec 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS LOTHIAN
Contact Name
Alan Summers
Contact Email
alan.summers2@nhs.scot
Contact Phone
+44 1312756511

Buyer Location

Locality
EDINBURGH
Postcode
EH1 3EG
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
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV431890
    Lothian Health Board Radiotherapy Linear Accelerator - Lothian Health Board have a requirement for the supply and installation of a 6MV radiotherapy treatment machine together with all associated equipment supplied therewith ("the Product"). The Product will be operated by the Board in the Edinburgh Cancer Centre (ECC) at Western General Hospital (WGH), also referred to as ED-17 when it becomes part of the Capital Equipment Replacement Programme (CERP).

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-r6ebe6-0000668239-2021-11-02T00:00:00Z",
    "date": "2021-11-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000668239",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-105",
            "name": "NHS Lothian",
            "identifier": {
                "legalName": "NHS Lothian"
            },
            "address": {
                "streetAddress": "Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH1 3EG"
            },
            "contactPoint": {
                "name": "Alan Summers",
                "email": "alan.summers2@nhs.scot",
                "telephone": "+44 1312756511",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhslothian.scot.nhs.uk/"
            }
        },
        {
            "id": "org-13",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Lothian",
        "id": "org-105"
    },
    "tender": {
        "id": "SLC818/2021",
        "title": "Lothian Health Board Radiotherapy Linear Accelerator",
        "description": "Lothian Health Board have a requirement for the supply and installation of a 6MV radiotherapy treatment machine together with all associated equipment supplied therewith (\"the Product\"). The Product will be operated by the Board in the Edinburgh Cancer Centre (ECC) at Western General Hospital (WGH), also referred to as ED-17 when it becomes part of the Capital Equipment Replacement Programme (CERP).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51413000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33151000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh Cancer Centre Western General Hospital Crewe Road South Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-12-02T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-12-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV431890",
                "documentType": "contractNotice",
                "title": "Lothian Health Board Radiotherapy Linear Accelerator",
                "description": "Lothian Health Board have a requirement for the supply and installation of a 6MV radiotherapy treatment machine together with all associated equipment supplied therewith (\"the Product\"). The Product will be operated by the Board in the Edinburgh Cancer Centre (ECC) at Western General Hospital (WGH), also referred to as ED-17 when it becomes part of the Capital Equipment Replacement Programme (CERP).",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV431890",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Lothian Health Board have a requirement for the supply and installation of a 6MV radiotherapy treatment machine together with all associated equipment supplied therewith (\"the Product\"). The Product will be operated by the Board in the Edinburgh Cancer Centre (ECC) at Western General Hospital (WGH), also referred to as ED-17 when it becomes part of the Capital Equipment Replacement Programme (CERP). It is intended that an award will be made of a single lot to one successful Contractor who will act in the role of Prime Contractor for supply of all Products and associated services to the Board, including installation on a \"turnkey basis\". 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": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "NHS Requirement",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-12-02T12:00:00Z"
        },
        "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 GBP5m for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP5m 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 FTS/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": "The estimated value referred to in Section II.1.5 covers the contract duration of the agreement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41420. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ and: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The Invitation to Tender will detail the Community Benefit background and objectives. The contract will mandate that Suppliers respond in their tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community ABenefit concept and process including a contract and supplier management process post award. (SC Ref:668239)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000668239"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}