Tender

Gallium 68 Generators

  • National Services Scotland

F02: Contract notice

Notice identifier: 2023/S 000-003188

Procurement identifier (OCID): ocds-h6vhtk-03a22a

Published 1 February 2023, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

National Services Scotland

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

FK117AL

Contact

John Gavin

Email

john.gavin@nhs.scot

Telephone

+44 776665882

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Gallium 68 Generators

Reference number

NP19423

two.1.2) Main CPV code

  • 33124210 - Radiodiagnostic supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Establishing a Framework agreement for the provision of Gallium Generators for use in NHS Scotland with PET/CT. The gallium-68 (Ga68) generator must produce an eluate of Ga68 chloride that meets the criteria stipulated in the European Pharmacopoeia (Eur Ph) monograph 2464, for Gallium (68Ga) Chloride Solution for Radiolabelling. All delivery and collection included

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

NHS National Services Scotland (NSS) have commissioned the implementation of gallium-68 PET/CT imaging services in four Health Boards across Scotland: Lothian; Grampian; Tayside and Greater Glasgow & Clyde (GGC). This procurement is to establish a framework for the provision of Gallium Generators only

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

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 million GBP

Public Liability Insurance = 5 million GBP

Product Liability Insurance = 5 million GBP

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

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.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The gallium-68 (Ga68) generator must produce an eluate of Ga68 chloride that meets the criteria stipulated in the European Pharmacopoeia (Eur Ph) monograph 2464, for Gallium (68Ga) Chloride Solution for Radiolabelling.

The Ga68 generator must be manufactured according to the conditions described in the European Commission’s Guidance on Good Manufacturing Practice (EU GMP).

The vendor must have attained a Marketing Authorisation from the European Medicines Agency and/or the MHRA (product licence) for the sale of the generator as a medicinal product in the United Kingdom.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

6 March 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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 of Gallium-68 Generators (‘Products’) 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 (collectively hereafter referred to as ‘Participating Authorities’), where applicable.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23195. 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 23195. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:720848)

six.4) Procedures for review

six.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sherriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.