Notice Information
Notice Title
NHS Tayside Replacement Linac and Record and Verify 2023
Notice Description
NHS Tayside Radiotherapy department was looking to replace one of its current Linac and their Record and Verify system, which both came to the end of their product life cycles. The Radiotherapy department is based at the Tayside Cancer Centre on the Ninewells Hospital Campus site.
Lot Information
Lot 2 - Record and Verify
The Board intended to award a contract to one successful Contractor for the supply of: Lot 2 - one Record and Verify System (R&V) (DD9) The Board has accepted the highest ranked offer for the chosen Lot, unless the Board considered that no offer adequately met its requirements. If the Board considered that no offer adequately met the requirements specified herein, then the Board may decline to accept any offer. In the case that the contract was awarded, the successful Contractor 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 in order to allow the successful Contractor to meet this commitment.
Lot 1 - LinacThe Board intended to award a contract to one successful Contractor for the supply of: Lot 1 - one Linear Accelerator (Linac) (DD1) The Board has accepted the highest ranked offer for the chosen Lot, unless the Board considered that no offer adequately met its requirements. If the Board considered that no offer adequately met the requirements specified herein, then the Board may decline to accept any offer. In the case that the contract was awarded, the successful Contractor 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 in order to allow the successful Contractor to meet this commitment.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000736526
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN495782
- 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
- £2,881,667 £1M-£10M
- Lots Value
- £2,881,667 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,139,406 £1M-£10M
Notice Dates
- Publication Date
- 4 Jan 20242 years ago
- Submission Deadline
- 10 Aug 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Dec 20232 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
- James Lennon
- Contact Email
- james.lennon@nhs.scot, wendy.anderson4@nhs.scot
- Contact Phone
- +44 1382660111, +44 7929866732
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=JUL483061
NHS Tayside Replacement Linac and Record and Verify 2023 - NHS Tayside Radiotherapy department is looking to replace one of its current Linacs and their Record and Verify system, which have both come to the end of their product life cycles. The Radiotherapy department is based at the Tayside Cancer Centre on the Ninewells Hospital Campus site. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN495782
NHS Tayside Replacement Linac and Record and Verify 2023 - NHS Tayside Radiotherapy department was looking to replace one of its current Linac and their Record and Verify system, which both came to the end of their product life cycles. The Radiotherapy department is based at the Tayside Cancer Centre on the Ninewells Hospital Campus site.
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-r6ebe6-0000736526-2024-01-04T00:00:00Z",
"date": "2024-01-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000736526",
"initiationType": "tender",
"parties": [
{
"id": "org-97",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"email": "wendy.anderson4@nhs.scot",
"telephone": "+44 1382660111",
"faxNumber": "+44 1382496253"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-47",
"name": "Dundee Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dundee Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, 6 West Bell Street",
"locality": "Dundee",
"postalCode": "DD1 9AD"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-10",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"name": "James Lennon",
"email": "james.lennon@nhs.scot",
"telephone": "+44 7929866732",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhstayside.scot.nhs.uk"
}
},
{
"id": "org-282",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"name": "James Lennon",
"email": "james.lennon@nhs.scot",
"telephone": "+44 7929866732",
"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-283",
"name": "Varian Medical Systems UK Ltd",
"identifier": {
"legalName": "Varian Medical Systems UK Ltd"
},
"address": {
"streetAddress": "Gatwick Road",
"locality": "Crawley",
"region": "UKJ28",
"postalCode": "RH10 9RG"
},
"contactPoint": {
"telephone": "+44 1293601324"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-284",
"name": "Dundee Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dundee Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, 6 West Bell Street, Dundee",
"locality": "Dundee",
"postalCode": "DD1 9AD"
},
"contactPoint": {
"email": "dundee@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "NHS Tayside",
"id": "org-282"
},
"tender": {
"id": "SLC818/2023",
"title": "NHS Tayside Replacement Linac and Record and Verify 2023",
"description": "NHS Tayside Radiotherapy department was looking to replace one of its current Linac and their Record and Verify system, which both came to the end of their product life cycles. The Radiotherapy department is based at the Tayside Cancer Centre on the Ninewells Hospital Campus site.",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "33151000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Tayside Cancer Centre (TCC), located at Ninewells Hospital & Medical School in Dundee, DD2 1UB"
},
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "33151000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Tayside Cancer Centre (TCC), located at Ninewells Hospital & Medical School in Dundee, DD2 1UB."
},
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2881667,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-08-10T10:00:00Z"
},
"awardPeriod": {
"startDate": "2023-08-10T10:00:00Z"
},
"documents": [
{
"id": "JUL483061",
"documentType": "contractNotice",
"title": "NHS Tayside Replacement Linac and Record and Verify 2023",
"description": "NHS Tayside Radiotherapy department is looking to replace one of its current Linacs and their Record and Verify system, which have both come to the end of their product life cycles. The Radiotherapy department is based at the Tayside Cancer Centre on the Ninewells Hospital Campus site.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL483061",
"format": "text/html"
},
{
"id": "JAN495782",
"documentType": "awardNotice",
"title": "NHS Tayside Replacement Linac and Record and Verify 2023",
"description": "NHS Tayside Radiotherapy department was looking to replace one of its current Linac and their Record and Verify system, which both came to the end of their product life cycles. The Radiotherapy department is based at the Tayside Cancer Centre on the Ninewells Hospital Campus site.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN495782",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Lot 2 - Record and Verify",
"description": "The Board intended to award a contract to one successful Contractor for the supply of: Lot 2 - one Record and Verify System (R&V) (DD9) The Board has accepted the highest ranked offer for the chosen Lot, unless the Board considered that no offer adequately met its requirements. If the Board considered that no offer adequately met the requirements specified herein, then the Board may decline to accept any offer. In the case that the contract was awarded, the successful Contractor 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 in order to allow the successful Contractor to meet this commitment.",
"status": "complete",
"value": {
"amount": 425833,
"currency": "GBP"
},
"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
},
{
"id": "1",
"title": "Lot 1 - Linac",
"description": "The Board intended to award a contract to one successful Contractor for the supply of: Lot 1 - one Linear Accelerator (Linac) (DD1) The Board has accepted the highest ranked offer for the chosen Lot, unless the Board considered that no offer adequately met its requirements. If the Board considered that no offer adequately met the requirements specified herein, then the Board may decline to accept any offer. In the case that the contract was awarded, the successful Contractor 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 in order to allow the successful Contractor to meet this commitment.",
"status": "complete",
"value": {
"amount": 2455834,
"currency": "GBP"
},
"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
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"bidOpening": {
"date": "2023-08-10T10:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"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 GBP5.8m for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP5.8m 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/ UKCA 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"
]
},
"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. The bringing of court proceedings against the Authority after the Framework Agreement has be 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,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-11",
"description": "Extension request from one of the suppliers via PCS-T portal.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-08-10T10:00:00Z"
},
"newValue": {
"date": "2023-08-18T10:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-08-10T10:00:00Z"
},
"newValue": {
"date": "2023-08-18T10:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "The estimated values referred to in Section II.1.7 and V.2.4 covers the 24 months contract duration. (SC Ref:754402)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000736526"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000736526"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000736526"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SLC818/2023-1",
"title": "Lot 1 - Linac",
"suppliers": [
{
"id": "org-283",
"name": "Varian Medical Systems UK Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "SLC818/2023-2",
"title": "Lot 2 - Record and Verify",
"suppliers": [
{
"id": "org-283",
"name": "Varian Medical Systems UK Ltd"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "SLC818/2023-1",
"awardID": "SLC818/2023-1",
"title": "Lot 1 - Linac",
"status": "active",
"value": {
"amount": 2760000,
"currency": "GBP"
},
"dateSigned": "2023-12-21T00:00:00Z"
},
{
"id": "SLC818/2023-2",
"awardID": "SLC818/2023-2",
"title": "Lot 2 - Record and Verify",
"status": "active",
"value": {
"amount": 379406,
"currency": "GBP"
},
"dateSigned": "2023-12-21T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2023/S 000-019224"
}
],
"bids": {
"statistics": [
{
"id": "636",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "637",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "638",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "639",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "640",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "641",
"measure": "bids",
"value": 1,
"relatedLot": "2"
},
{
"id": "642",
"measure": "smeBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "643",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "644",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "2"
},
{
"id": "645",
"measure": "electronicBids",
"value": 1,
"relatedLot": "2"
}
]
}
}