Notice Information
Notice Title
Imaging Services
Notice Description
This Framework Agreement is for the provision of mobile, relocatable and static diagnostic imaging services(note; services may include equipment or staff and equipment) which may facilitate (but is not limited to); CT, MR, angiography (including Cath Labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry.
Lot Information
Mobile and Relocatable Diagnostic Imaging Services -- Staffed
The provision of imaging services within a mobile or relocatable (vehicular, modular, demountable or relocatable) unit, (note; services will include staff and equipment) which may include, but is not limited to; CT, MR, angiography (including cath labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry. The service within this lot is to enable the capture of diagnostic images and the provision of patient care. Bidders must be able to provide at least one member of staff (including radiographers and any clinical support staff) who must be skilled and fully qualified.
Mobile and Relocatable Diagnostic Imaging Services -- Un-StaffedThe provision of imaging services within a mobile or relocatable (vehicular, modular, demountable or relocatable) unit, (note; services will be for the provision of equipment only) which may include, but is not limited to; CT, MR, angiography (including cath labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry. The service within this lot is to enable the capture of diagnostic images and the provision of patient care. The service provision within this lot is unstaffed
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000746524
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT489785
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- 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
85 - Health and social work services
-
- CPV Codes
33111500 - Dental X-ray
33111600 - Radiography devices
33111620 - Gamma cameras
33111800 - Diagnostic X-ray system
33113000 - Magnetic resonance imaging equipment
33115000 - Tomography devices
33115100 - CT scanners
33182400 - Cardiac X-ray system
85150000 - Medical imaging services
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Oct 20232 years ago
- Submission Deadline
- 10 Nov 2023Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL SERVICES SCOTLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- EDINBURGH
- Postcode
- FK11 7AL
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- TLM Scotland
-
- Local Authority
- Clackmannanshire
- Electoral Ward
- Clackmannanshire West
- Westminster Constituency
- Alloa and Grangemouth
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT489785
Imaging Services - This Framework Agreement is for the provision of mobile, relocatable and static diagnostic imaging services(note; services may include equipment or staff and equipment) which may facilitate (but is not limited to); CT, MR, angiography (including Cath Labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry.
Notice URLs
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-r6ebe6-0000746524-2023-10-05T00:00:00Z",
"date": "2023-10-05T00:00:00Z",
"ocid": "ocds-r6ebe6-0000746524",
"initiationType": "tender",
"parties": [
{
"id": "org-118",
"name": "National Services Scotland",
"identifier": {
"legalName": "National Services Scotland"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "FK117AL"
},
"contactPoint": {
"name": "John Gavin",
"email": "john.gavin@nhs.scot",
"telephone": "+44 1698794410",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
}
},
{
"id": "org-119",
"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": "National Services Scotland",
"id": "org-118"
},
"tender": {
"id": "NP16923",
"title": "Imaging Services",
"description": "This Framework Agreement is for the provision of mobile, relocatable and static diagnostic imaging services(note; services may include equipment or staff and equipment) which may facilitate (but is not limited to); CT, MR, angiography (including Cath Labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33113000",
"scheme": "CPV"
},
{
"id": "33111800",
"scheme": "CPV"
},
{
"id": "33111600",
"scheme": "CPV"
},
{
"id": "33111620",
"scheme": "CPV"
},
{
"id": "33182400",
"scheme": "CPV"
},
{
"id": "33115100",
"scheme": "CPV"
},
{
"id": "33115000",
"scheme": "CPV"
},
{
"id": "85150000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "85150000",
"scheme": "CPV"
},
{
"id": "33113000",
"scheme": "CPV"
},
{
"id": "33182400",
"scheme": "CPV"
},
{
"id": "33111800",
"scheme": "CPV"
},
{
"id": "33111620",
"scheme": "CPV"
},
{
"id": "33111500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 30000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-11-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-11-13T12:00:00Z"
},
"documents": [
{
"id": "OCT489785",
"documentType": "contractNotice",
"title": "Imaging Services",
"description": "This Framework Agreement is for the provision of mobile, relocatable and static diagnostic imaging services(note; services may include equipment or staff and equipment) which may facilitate (but is not limited to); CT, MR, angiography (including Cath Labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT489785",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Mobile and Relocatable Diagnostic Imaging Services -- Staffed",
"description": "The provision of imaging services within a mobile or relocatable (vehicular, modular, demountable or relocatable) unit, (note; services will include staff and equipment) which may include, but is not limited to; CT, MR, angiography (including cath labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry. The service within this lot is to enable the capture of diagnostic images and the provision of patient care. Bidders must be able to provide at least one member of staff (including radiographers and any clinical support staff) who must be skilled and fully qualified.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "cost",
"name": "Cost",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "Mobile and Relocatable Diagnostic Imaging Services -- Un-Staffed",
"description": "The provision of imaging services within a mobile or relocatable (vehicular, modular, demountable or relocatable) unit, (note; services will be for the provision of equipment only) which may include, but is not limited to; CT, MR, angiography (including cath labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and bone densitometry. The service within this lot is to enable the capture of diagnostic images and the provision of patient care. The service provision within this lot is unstaffed",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "cost",
"name": "Cost",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"bidOpening": {
"date": "2023-11-13T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"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. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below. Employer's (compulsory) liability insurance = 5 000 000 GBP, Public liability insurance = 5 000 000 GBP, Professional indemnity insurance = 2 000 000 GBP, Product liability insurance = 5 000 000 GBP."
},
{
"type": "economic",
"minimum": "All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice. Where the potential framework participant is unable for a valid reason to provide the information required, the authority may accept such other information provided by the potential framework participant as the authority considers appropriate"
},
{
"type": "technical",
"description": "Suppliers responses will be completed within the ITT with the use of the open procedure and exclusion based on inability to demonstrate ability to service NHSS requirements satisfactorily.",
"minimum": "(i) mandatory requirement for each potential framework participant to operate to ISO13485:2003 orISO9001:2001 or equivalent (ii) mandatory requirement for each potential framework participant to be able to supply capacity on either a mobile or static equipment at point of tender for at least one modality that meets the clinical specifications; (iii) mandatory requirement that any staff provided meet the minimum requirements set out in the tender documents. (iv) mandatory requirements that uptime of systems to be 100 % with the Health Board credited with time in lieu for any downtime occurring in a contracted period or provided with a pro-rata refund; (v) mandatory requirement that each potential framework participant agrees to work within relevant industry guidelines, as set out in the tender documents; (vi) mandatory requirement that each potential framework participant agreed to meet minimum standards for IT security and handling of patient identifiable information, as set out in the tender documents; (vii) mandatory requirement that suppliers must provide evidence and details of Standard Operating Procedures, as set out in the tender documents; (viii) mandatory requirement -- agree to the RPA/Safety requirements as set out in the ITT; (ix) mandatory requirement -- cleaning and decontamination of all equipment and premises must comply with HEI & HAI guidance; (x) mandatory requirement -- must be able to burn images to DVD."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 20
}
},
"classification": {
"id": "85150000",
"scheme": "CPV"
},
"reviewDetails": "The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant framework agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the framework agreement has been 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"
}
},
"language": "EN",
"description": "Additional information: This Framework Agreement will apply to: -- Golden Jubilee Hospital (National Waiting Times Centre Board), -- NHS 24, -- NHS Ayrshire and Arran, -- NHS Borders, -- NHS Dumfries and Galloway, -- NHS Education of Scotland, -- NHS Fife, -- NHS Forth Valley, -- NHS Grampian, -- NHS Greater Glasgow and Clyde, -- NHS Health Scotland, -- NHS Highland, -- NHS Lanarkshire, -- NHS Lothian, -- NHS Orkney, -- Healthcare Improvement Scotland, -- NHS Shetland, -- NHS Tayside, -- Scottish Ambulance Services, -- The Common Services Agency for the Scottish Health Service, -- The State Hospitals for Scotland. Scottish Hospices and the following further authorities: Scottish Further Education Colleges and Higher Education Institutions and members of Advanced Procurement for Universities and Colleges (APUC Ltd). The Common Services Agency (more commonly known as National Services Scotland) ('the Authority')acting through its division Procurement, Commissioning and Facilities, is undertaking this procurement on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24785. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24785. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework. Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within NHS Scotland, if at all, and also what impact and outcomes these have achieved. Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland's Community Benefit Gateway( CBG ). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is approved compliant route to the realisation of community benefits. For further information please visit - https://www.nss,nhs,scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/ (SC Ref:746524)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000746524"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}