Tender

Radiotherapy Linac - NHS Tayside

  • NHS Tayside

F02: Contract notice

Notice identifier: 2025/S 000-010446

Procurement identifier (OCID): ocds-h6vhtk-04efd1

Published 20 March 2025, 3:11pm



Section one: Contracting authority

one.1) Name and addresses

NHS Tayside

Ninewells Hospital

Dundee

DD1 9SY

Contact

Sara Maciver

Email

sara.maciver@nhs.scot

Telephone

+44 7483104015

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nhstayside.scot.nhs.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00154

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/

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

Radiotherapy Linac - NHS Tayside

Reference number

NPTAY04025

two.1.2) Main CPV code

  • 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

One linear accelerator is to be replaced and installed within NHS Tayside (code DD2) located at the Tayside Cancer Centre at Ninewells Hospital, Dundee 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).

two.1.5) Estimated total value

Value excluding VAT: £2,750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
  • 33151000 - Radiotherapy devices and supplies
  • 51413000 - Installation services of radiotherapy equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Tayside Cancer Centre

Ninewells Hospital

Dundee

(code DD2)

two.2.4) Description of the procurement

One linear accelerator is to be replaced (code DD2) and installed at the Tayside Cancer Centre located at Ninewells Hospital, Dundee 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 Tayside 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.

two.2.5) Award criteria

Quality criterion - Name: NHS Requirement / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,750,000

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

Duration in months

24

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.

three.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

GBP5.5m for the last 3 years.

4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP5.5m 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

three.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 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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

1 May 2025

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

1 May 2025

Local time

10:00am


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 estimated value 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:793622)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court and Justice of the Peace Court

6 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom

six.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 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.