Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices [nhs grampian radiotherapy dosimetry equipment - medical]
UK

Purchaser: Grampian Health Board

21/08/2018 S159 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Edinburgh: Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

2018/S 159-364075

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
Grampian Health Board
c/o NHS NSS, Gyle Square, 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Contact person: Alan Summers
Telephone: +44 1312756511
E-mail: alan.summers@nhs.net
NUTS code: UKM
Internet address(es):

Main address: http://www.hfs.scot.nhs.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10442

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Health
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
NHS Grampian Radiotherapy Dosimetry Equipment

Reference number: SLC/818/2018
II.1.2)
Main CPV code
33150000
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
To support the delivery of a high quality radiotherapy service, NHS Grampian maintains a wide variety of dosimetry equipment to meet both the routine and specialised needs of the department. While some of this equipment was replaced with the introduction of the department’s new linear accelerators (circa 2011), several of the critical components of the system have not been updated in significantly longer. Therefore NHS Grampian wishes to replace the existing hardware to ensure long term reliability and to enhance the functionality of the existing system.

II.1.5)
Estimated total value
Value excluding VAT: 140 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
II.2)
Description
II.2.1)
Title:
Scanning Water Phantom

Lot No: 1
II.2.2)
Additional CPV code(s)
33151000
II.2.3)
Place of performance
NUTS code: UKM50
Main site or place of performance:
Radiotherapy Department

Aberdeen Royal Infirmary

Foresterhill Campus

II.2.4)
Description of the procurement:
A replacement scanning water tank, required for the commissioning of new linear accelerators and for quality assurance after major repair or routine servicing of existing treatment units.

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 Boards. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services. The successful Contractor shall solely be responsible for effecting any subcontracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Compatibility, Integration and ease of use / Weighting: 30
Quality criterion - Name: Technical Features and Performance / Weighting: 40
Price - Weighting: 30
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Patient Specific IMRT QA System

Lot No: 2
II.2.2)
Additional CPV code(s)
33151000
II.2.3)
Place of performance
NUTS code: UKM50
Main site or place of performance:
Radiotherapy Department

Aberdeen Royal Infirmary

Foresterhill Campus

II.2.4)
Description of the procurement:
A replacement patient specific QA system, needed to assess the deliverability of complex treatment plans.

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 Boards. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services. The successful Contractor shall solely be responsible for effecting any subcontracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Compatibility, Integration and ease of use / Weighting: 30
Quality criterion - Name: Technical Features and Performance / Weighting: 40
Price - Weighting: 30
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Advanced Beam QA Array

Lot No: 3
II.2.2)
Additional CPV code(s)
33151000
II.2.3)
Place of performance
NUTS code: UKM50
Main site or place of performance:
Radiotherapy Department

Aberdeen Royal Infirmary

Foresterhill Campus

II.2.4)
Description of the procurement:
A device for rapid beam profile measurement, needed for rapid assessment of beam profiles and efficient ‘beam steering’ on the linear accelerators.

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 Boards. This means that the successful Contractor shall assume full responsibility for supply of all Products and associated services. The successful Contractor shall solely be responsible for effecting any subcontracting or collaborative arrangements required with other suppliers to allow the successful Contractor to meet this commitment.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Compatibility, Integration and ease of use / Weighting: 30
Quality criterion - Name: Technical Features and Performance / Weighting: 40
Price - Weighting: 30
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
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.

III.1.2)
Economic and financial standing
Minimum level(s) of standards possibly required:
4B.1.1 Bidders will be required to have a minimum “general” yearly turnover of 120 000 GBP (Lot 1); 100 000 GBP (Lot 2); or 70 000 GBP (Lot 3) for the last 3 years.

4B.2.1 Bidders will be required to have a minimum yearly turnover of 120 000 GBP (Lot 1); 100 000 GBP (Lot 2); or 70 000 GBP (Lot 3) 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 = 5m GBP

Public Liability Insurance = 10m GBP

Product Liability Insurance = 5m GBP

III.1.3)
Technical and professional ability
Minimum level(s) of standards possibly required:
— 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 OJEU Contract Notice,

— 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE 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.

III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 18/09/2018
Local time: 12:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 18/09/2018
Local time: 12:00
Place:
NHS NSS, Gyle Square, 1 South Gyle Crescent, Edinburgh EH12 9EB

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic ordering will be used
VI.3)
Additional information:
While NHS National Services Scotland is conducting this Procurement exercise on behalf of the Authority, the intention upon Award of Contract is that Grampian Health Board will enter into an Agreement with the successful bidder(s) for the supply of their specific requirements.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11600. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:552923)

VI.4)
Procedures for review
VI.4.1)
Review body
NHS National Services Scotland
Gyle Square, 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1698794534
E-mail: peter.mcconnell@nhs.net
Internet address: http://www.hfs.scot.nhs.uk

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
Precise information on deadline(s) for review procedures:
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.

VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
17/08/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.