Tender

NHS Grampian HDR Brachytherapy Afterloader

NHS GRAMPIAN

This public procurement record has 1 release in its history.

Tender

13 Aug 2025 at 00:00

Summary of the contracting process

The contracting process initiated by NHS Grampian is currently at the tender stage, seeking bids for the supply and installation of an HDR Brachytherapy Afterloader. This procurement concerns the replacement of vital radiotherapy equipment as part of the Scottish Government's Radiotherapy Capital Equipment Replacement Programme. The contract, valued at £315,000, is designated for a single instalment at the Aberdeen Cancer Centre, located at the Aberdeen Royal Infirmary. Interested suppliers should take note of the tender period, culminating on 17 September 2025 at 11:00 AM. The procurement follows an open procedure method, categorised under the healthcare industry, explicitly inviting electronic submissions.

This tender represents a robust business opportunity for suppliers specialising in healthcare equipment, particularly those with experience in providing turnkey solutions. Companies meeting the financial and technical criteria, with a capability for delivering quality and compliant healthcare products, are well-suited for this contract. The focus on turnkey delivery opens avenues for collaboration and subcontracting, enabling the primary contractor to fulfil the entire supply chain requirements efficiently. Successful engagement may establish a solid foundation for future government projects, promoting business growth within the healthcare technology 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

NHS Grampian HDR Brachytherapy Afterloader

Notice Description

The product for replacement under this new contract is for one (1) HDR Brachytherapy After-Loader. This is to be tendered as a single lot, including supply and installation on a "turnkey" basis within NHS Grampian located at the Aberdeen Cancer Centre at Aberdeen Royal Infirmary as it has reached the end of its recommended life-expectancy and is due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP).

Lot Information

Lot 1

One (1) HDR Brachytherapy After-Loader is to be replaced and installed at the Aberdeen Cancer Centre located at Aberdeen Royal Infirmary as it has reached the end of its recommended life-expectancy and is 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 Aberdeen Cancer Centre location 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-r6ebe6-0000803535
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536924
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

33100000 - Medical equipments

33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

33151000 - Radiotherapy devices and supplies

51413000 - Installation services of radiotherapy equipment

Notice Value(s)

Tender Value
£315,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Aug 20256 months ago
Submission Deadline
17 Sep 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 GRAMPIAN
Contact Name
Sara Maciver
Contact Email
sara.maciver@nhs.scot
Contact Phone
+44 7483104015

Buyer Location

Locality
ABERDEEN
Postcode
AB15 6RE
Post Town
Aberdeen
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM5 North Eastern Scotland
Small Region (ITL 3)
TLM50 Aberdeen City and Aberdeenshire
Delivery Location
TLM50 Aberdeen City and Aberdeenshire

Local Authority
Aberdeen City
Electoral Ward
Kingswells/Sheddocksley/Summerhill
Westminster Constituency
Aberdeen North

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536924
    NHS Grampian HDR Brachytherapy Afterloader - The product for replacement under this new contract is for one (1) HDR Brachytherapy After-Loader. This is to be tendered as a single lot, including supply and installation on a "turnkey" basis within NHS Grampian located at the Aberdeen Cancer Centre at Aberdeen Royal Infirmary as it has reached the end of its recommended life-expectancy and is 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-r6ebe6-0000803535-2025-08-13T00:00:00Z",
    "date": "2025-08-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000803535",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-60",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "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.nhsgrampian.org"
            }
        },
        {
            "id": "org-61",
            "name": "Aberdeen Sheriff Court",
            "identifier": {
                "legalName": "Aberdeen Sheriff Court"
            },
            "address": {
                "streetAddress": "53 Castle Street",
                "locality": "Aberdeen",
                "postalCode": "AB11 5BB"
            },
            "contactPoint": {
                "email": "aberdeen@scotcourts.gov.uk",
                "telephone": "+44 1224657200",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Grampian",
        "id": "org-60"
    },
    "tender": {
        "id": "NP05525",
        "title": "NHS Grampian HDR Brachytherapy Afterloader",
        "description": "The product for replacement under this new contract is for one (1) HDR Brachytherapy After-Loader. This is to be tendered as a single lot, including supply and installation on a \"turnkey\" basis within NHS Grampian located at the Aberdeen Cancer Centre at Aberdeen Royal Infirmary as it has reached the end of its recommended life-expectancy and is 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": "33100000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33151000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51413000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Aberdeen Cancer Centre Aberdeen Royal Infirmary Foresterhill Aberdeen AB25 2ZN"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM50"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 315000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2025-09-17T11:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-09-17T11:00:00Z"
        },
        "documents": [
            {
                "id": "AUG536924",
                "documentType": "contractNotice",
                "title": "NHS Grampian HDR Brachytherapy Afterloader",
                "description": "The product for replacement under this new contract is for one (1) HDR Brachytherapy After-Loader. This is to be tendered as a single lot, including supply and installation on a \"turnkey\" basis within NHS Grampian located at the Aberdeen Cancer Centre at Aberdeen Royal Infirmary as it has reached the end of its recommended life-expectancy and is 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=AUG536924",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "One (1) HDR Brachytherapy After-Loader is to be replaced and installed at the Aberdeen Cancer Centre located at Aberdeen Royal Infirmary as it has reached the end of its recommended life-expectancy and is 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 Aberdeen Cancer Centre location 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",
                "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": "2025-09-17T11:00:00Z"
        },
        "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 GBP630000 for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP630000 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": "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 value referred to in Section II.1.5 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 29627. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:803535)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803535"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}