Tender

NHS Greater Glasgow & Clyde OMS TPS Replacement

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 1 release in its history.

Tender

01 May 2026 at 00:00

Summary of the contracting process

NHS Greater Glasgow and Clyde is seeking tenders for the replacement of its Oncology Management System (OMS) and Treatment Planning System (TPS) as part of the Scottish Government’s Radiotherapy Capital Equipment Replacement Programme (CERP). The procurement process is in the tender stage and involves two main lots: Lot 1 for an OMS and Record and Verify System, and Lot 2 for a TPS. The estimated value of the contract is £2.6 million, with the delivery location at the Beatson West of Scotland Cancer Centre in Glasgow. Interested parties must submit their tenders electronically by 11:00 on 2nd June 2026. The procurement is being conducted through an open procedure, ensuring transparent and competitive bidding.

This tender represents significant growth opportunities for businesses specialising in medical and oncology management systems. Companies with experience in developing and supplying sophisticated radiotherapy data management and treatment planning systems will find this tender especially suitable. With the provisions to bid for individual or both lots, a broad array of businesses can tailor their offerings to fit the NHS requirements. Potential contractors should have a solid financial standing, as indicated by the specified turnover requirements, and must demonstrate experience in similar projects, ensuring they meet the quality and technical standards expected in this sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

NHS Greater Glasgow & Clyde OMS TPS Replacement

Notice Description

Greater Glasgow Health Board (more commonly known as NHS Greater Glasgow and Clyde) operates the Beatson West of Scotland Cancer Centre (being the Gartnavel General Hospital and the Lanarkshire Beatson) and has a requirement to replace its treatment Oncology Management System (OMS) and Treatment Planning System (TPS) under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement includes the provision for the purchase of the following Products: Lot 1: Oncology Management System (OMS) and Record and Verify System (R&V) Lot 2: Treatment Planning System (TPS) Contractors may tender for any single, or both, lots. Separate tenders should be submitted for each lot. Contractors may submit more than 1 tender for any given lot. A single tender for more than 1 lot combined will not be considered.

Lot Information

Oncology Management System (OMS) and Record and Verify System (R&V)

The Oncology Management System (OMS) must operate as a single entity across the Beatson and be able to accommodate radiotherapy data and images for upwards of 230,000 patients, with over 4,000,000 treatment histories, and have the capacity for increases in radiotherapy workload for the next five years. The estimated increase in database growth is 10GB per annum with accompanying image storage growth of approximately 2TB per annum.

Treatment Planning System (TPS)

The Treatment Planning System is intended to be the department's primary pre-treatment planning system for almost all radical and palliative treatments. To this extent the system requires capacity to host a large number of simultaneous users executing a variety of planning functions such as outlining, optimisation and dose calculation.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000828961
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY555053
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


CPV Codes

33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

33151000 - Radiotherapy devices and supplies

Notice Value(s)

Tender Value
£2,600,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 May 20262 days ago
Submission Deadline
2 Jun 20261 months to go
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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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=MAY555053
    NHS Greater Glasgow & Clyde OMS TPS Replacement - Greater Glasgow Health Board (more commonly known as NHS Greater Glasgow and Clyde) operates the Beatson West of Scotland Cancer Centre (being the Gartnavel General Hospital and the Lanarkshire Beatson) and has a requirement to replace its treatment Oncology Management System (OMS) and Treatment Planning System (TPS) under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement includes the provision for the purchase of the following Products: Lot 1: Oncology Management System (OMS) and Record and Verify System (R&V) Lot 2: Treatment Planning System (TPS) Contractors may tender for any single, or both, lots. Separate tenders should be submitted for each lot. Contractors may submit more than 1 tender for any given lot. A single tender for more than 1 lot combined will not be considered.

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-r6ebe6-0000828961-2026-05-01T00:00:00Z",
    "date": "2026-05-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000828961",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "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-4",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff 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-3"
    },
    "tender": {
        "id": "NPGGC07526",
        "title": "NHS Greater Glasgow & Clyde OMS TPS Replacement",
        "description": "Greater Glasgow Health Board (more commonly known as NHS Greater Glasgow and Clyde) operates the Beatson West of Scotland Cancer Centre (being the Gartnavel General Hospital and the Lanarkshire Beatson) and has a requirement to replace its treatment Oncology Management System (OMS) and Treatment Planning System (TPS) under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement includes the provision for the purchase of the following Products: Lot 1: Oncology Management System (OMS) and Record and Verify System (R&V) Lot 2: Treatment Planning System (TPS) Contractors may tender for any single, or both, lots. Separate tenders should be submitted for each lot. Contractors may submit more than 1 tender for any given lot. A single tender for more than 1 lot combined will not be considered.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33151000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Beatson West of Scotland Cancer Centre, Gartnavel General Hospital, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33151000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Beatson West of Scotland Cancer Centre, Gartnavel General Hospital, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 2600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-06-02T11:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-06-02T11:00:00Z"
        },
        "documents": [
            {
                "id": "MAY555053",
                "documentType": "contractNotice",
                "title": "NHS Greater Glasgow & Clyde OMS TPS Replacement",
                "description": "Greater Glasgow Health Board (more commonly known as NHS Greater Glasgow and Clyde) operates the Beatson West of Scotland Cancer Centre (being the Gartnavel General Hospital and the Lanarkshire Beatson) and has a requirement to replace its treatment Oncology Management System (OMS) and Treatment Planning System (TPS) under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This NHS Requirement includes the provision for the purchase of the following Products: Lot 1: Oncology Management System (OMS) and Record and Verify System (R&V) Lot 2: Treatment Planning System (TPS) Contractors may tender for any single, or both, lots. Separate tenders should be submitted for each lot. Contractors may submit more than 1 tender for any given lot. A single tender for more than 1 lot combined will not be considered.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY555053",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Oncology Management System (OMS) and Record and Verify System (R&V)",
                "description": "The Oncology Management System (OMS) must operate as a single entity across the Beatson and be able to accommodate radiotherapy data and images for upwards of 230,000 patients, with over 4,000,000 treatment histories, and have the capacity for increases in radiotherapy workload for the next five years. The estimated increase in database growth is 10GB per annum with accompanying image storage growth of approximately 2TB per annum.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "NHS Requirement",
                            "description": "40"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "Treatment Planning System (TPS)",
                "description": "The Treatment Planning System is intended to be the department's primary pre-treatment planning system for almost all radical and palliative treatments. To this extent the system requires capacity to host a large number of simultaneous users executing a variety of planning functions such as outlining, optimisation and dose calculation.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "NHS Requirement",
                            "description": "40"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2026-06-02T11:00:00Z"
        },
        "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 GBP 3.4m for Lot 1 and GBP 1.8m for Lot 2 for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 3.4m for Lot 1 and GBP 1.8m for Lot 2 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 = GBP 5m Public Liability Insurance = GBP 10m Product Liability Insurance = GBP 5m"
                },
                {
                    "type": "technical",
                    "minimum": "- 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 covers the 24 months contract duration of the contract agreement including warranty period. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31166. 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 31166. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:828961)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000828961"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}