Tender

Radiotherapy Linacs - NHS Greater Glasgow & Clyde

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 1 release in its history.

Tender

20 Mar 2025 at 00:00

Summary of the contracting process

NHS Greater Glasgow and Clyde is seeking to procure two linear accelerators, replacing existing equipment at the Beatson West of Scotland Cancer Centre in Gartnavel General Hospital, Glasgow, and the Beatson satellite centre at University Hospital Monklands, Airdrie, as part of the Scottish Government’s Capital Equipment Replacement Programme. This tender, titled "Radiotherapy Linacs - NHS Greater Glasgow & Clyde," falls under the health category and is currently in the tender stage. The procurement follows an open procedure and the submission deadline is 1 May 2025, 10:00 AM. This project, valued at £5.5 million, will involve detailed turnkey arrangements and the selected contractor will be responsible for the entire supply and installation process.

This opportunity is significant for businesses specialising in medical equipment, particularly in radiotherapy technology, offering the chance to engage with a prominent public health authority. Suppliers with a minimum yearly turnover of £11 million over the last three years and holding relevant certifications such as CE/ UKCA marks and ISO 9001 quality management are well-positioned to compete. The procurement also includes community benefits requirements, thus companies with a robust track record in delivering community benefits within Scotland will find this tender particularly advantageous for business growth and engagement with the NHS’s Community Benefits Gateway.

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

Radiotherapy Linacs - NHS Greater Glasgow & Clyde

Notice Description

Two linear accelerators are to be replaced, one (code GL4) installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, the other (code GL26) at the Beatson's satellite centre located at University Hospital Monklands, Airdrie as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP).

Lot Information

Lot 1

Two linear accelerators are to be replaced, one (code GL4) installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, the other (code GL26) at the Beatson's satellite centre located at University Hospital Monklands, Airdrie as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). The implementation of these Products will be undertaken by the Contractor on a "turnkey" basis. Contractors are required to provide detailed information in relation to the turnkey arrangements. It is expected that all Contractors will require to undertake site visit(s) to the Beatson locations in order to understand requirements and inform Contractors' responses to this NHS Requirement. It is intended that an award will be made to one successful Contractor who 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 to allow the successful Contractor to meet this commitment.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000793598
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526476
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
£5,500,000 £1M-£10M
Lots Value
£5,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Mar 202511 months ago
Submission Deadline
1 May 2025Expired
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 GREATER GLASGOW AND CLYDE
Contact Name
Sara Maciver
Contact Email
sara.maciver@nhs.scot
Contact Phone
+44 7483104015

Buyer Location

Locality
GLASGOW
Postcode
G4 0SF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM8 West Central Scotland

Local Authority
Glasgow City
Electoral Ward
Dennistoun
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526476
    Radiotherapy Linacs - NHS Greater Glasgow & Clyde - Two linear accelerators are to be replaced, one (code GL4) installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, the other (code GL26) at the Beatson's satellite centre located at University Hospital Monklands, Airdrie as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy 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-r6ebe6-0000793598-2025-03-20T00:00:00Z",
    "date": "2025-03-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000793598",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-53",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "Procurement Department, Glasgow Royal Infirmary, 84 Castle Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0SF"
            },
            "contactPoint": {
                "name": "Sara Maciver",
                "email": "sara.maciver@nhs.scot",
                "telephone": "+44 7483104015",
                "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.nhsggc.scot/about-us/procurement/"
            }
        },
        {
            "id": "org-54",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Greater Glasgow and Clyde",
        "id": "org-53"
    },
    "tender": {
        "id": "NPGGC03925",
        "title": "Radiotherapy Linacs - NHS Greater Glasgow & Clyde",
        "description": "Two linear accelerators are to be replaced, one (code GL4) installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, the other (code GL26) at the Beatson's satellite centre located at University Hospital Monklands, Airdrie as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33151000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51413000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Beatson West of Scotland Cancer Centre Gartnavel General Hospital Great Western Road Glasgow (code GL4) and The Beatson Satellite University Hospital Monklands Airdrie (code GL26)"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2025-05-01T10:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-05-01T10:00:00Z"
        },
        "documents": [
            {
                "id": "MAR526476",
                "documentType": "contractNotice",
                "title": "Radiotherapy Linacs - NHS Greater Glasgow & Clyde",
                "description": "Two linear accelerators are to be replaced, one (code GL4) installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, the other (code GL26) at the Beatson's satellite centre located at University Hospital Monklands, Airdrie as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP).",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526476",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Two linear accelerators are to be replaced, one (code GL4) installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, the other (code GL26) at the Beatson's satellite centre located at University Hospital Monklands, Airdrie as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). The implementation of these Products will be undertaken by the Contractor on a \"turnkey\" basis. Contractors are required to provide detailed information in relation to the turnkey arrangements. It is expected that all Contractors will require to undertake site visit(s) to the Beatson locations in order to understand requirements and inform Contractors' responses to this NHS Requirement. It is intended that an award will be made to one successful Contractor who 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 to allow the successful Contractor to meet this commitment.",
                "status": "active",
                "value": {
                    "amount": 5500000,
                    "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
            }
        ],
        "bidOpening": {
            "date": "2025-05-01T10:00:00Z"
        },
        "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 GBP11m for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP11m 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"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "33150000",
            "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 contract 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 contract agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract agreement has been entered into include the setting aside of the decision to award the contract agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract agreement has been entered into will not affect the contract 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 contract agreement has been entered into are limited to the award of damages.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The estimated values referred to in Section II.1.5 and 11.2.6 covers the 24 months contract duration (to the end of the warranty period). The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28723 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The awarded supplier will act as the Prime Contractor for this contract and will be required to bid with their own nominated sub-contractors. 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 contract participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract. Potential contract 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 Scotland, if at all, and also what impact and outcomes these have achieved. Potential contract participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential contract participants confirm that they will engage with the NHS Scotland's Community Benefits 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 an approved compliant route to the realisation of community benefits. For further information please visit NHSS Community Benefit Gateway: https://www.nss.nhs.scot/procurement-and-logistics/governance-and-sustainability-services/access-our-community-benefit-gateway/ (SC Ref:793598)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793598"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}