Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
sophie.connelly@ggc.scot.nhs.uk
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.scot/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.1) Name and addresses
NHS Forth Valley
Trust Headquarters, Carseview Castle Business Park
Stirling
FK9 4SW
Telephone
+44 1786463031
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00067
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.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
SPECT/CT Gamma Camera System and Associated Enabling Works
Reference number
GGC0841
two.1.2) Main CPV code
- 33111620 - Gamma cameras
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of SPECT/CT Gamma Camera System and Associated Enabling Works For NHS Greater Glasgow & Clyde, Provision of SPECT/CT Gamma Camera System for NHS Forth Valley
two.1.5) Estimated total value
Value excluding VAT: £1,750,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers can bid on all three (3) Lots for both equipment and turnkey. We reserve the right to award the Lot for equipment only and turnkey only, should it be deemed acceptable by the co-operating Health Boards. In the event where Lot 1, Lot 2 and Lot 3 are awarded to different suppliers, the successful bidders of Lot 1, Lot 2 and Lot 3 are expected to work together in a collaborative, constructive manner that benefits both parties and to the benefit of NHS stakeholders.
two.2) Description
two.2.1) Title
Provision of SPECT/CT Gamma Camera System at RHC
Lot No
1
two.2.2) Additional CPV code(s)
- 33111620 - Gamma cameras
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Royal Hospital for Children
1345 Govan Road, Govan
G51 4TF
two.2.4) Description of the procurement
Provision of SPECT/CT Gamma Camera System At Royal Hospital for Children
two.2.5) Award criteria
Quality criterion - Name: System performance (Technical) / Weighting: 30
Cost criterion - Name: Maintenance and Support (Commercial) / Weighting: 20
Cost criterion - Name: Equipment Cost and Tender Response (Commercial) / Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 June 2023
End date
15 March 2024
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
two.2) Description
two.2.1) Title
Provision of Associated Enabling Works for SPECT/CT Gamma Camera System at RHC
Lot No
2
two.2.2) Additional CPV code(s)
- 33111620 - Gamma cameras
- 51000000 - Installation services (except software)
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Royal Hospital for Children
1345 Govan Road, Govan
G51 4TF
two.2.4) Description of the procurement
Provision of enabling (turnkey) works associated with SPECT/CT Gamma Camera System at Royal Hospital for Children.
The existing equipment shall be disconnected, removed from site and disposed of unless otherwise instructed by the Board.
The design shall take account of the current room layout and departmental operations modifying the space to meet current design standards and existing patient flow arrangements. Pre-installation works shall be through a turnkey arrangement which will be required to prepare the installation to a clinical operational standard, this is expected to include, but not be limited to re-wiring, plumbing, ventilating, chilling, lead lining, decoration etc. Provision for data and telecommunication shall be made in liaison with Board representatives. Dedicated central server rooms are distributed across the building for the purpose of networked resiliency and bidders should confirm any requirements for networking and data integration with these facilities.
Pre-installation work may include the following:
- Any required radiation protection works as necessary
- Re-wiring and provision of appropriate power supplies and distribution systems to comply with electrical legislation
- UPS/IPS systems and re-wiring
- Earth bonding system and re-wiring
- Levelling of floors if required
- Finishing of floors, walls and ceilings
- Dry lining, room decoration and fitments
- Cleaning of room prior to handover
- Provision of new or extended plumbing, ventilation, heating and cooling, where necessary
- Upgrading or the addition of IT and telecommunication infrastructure where necessary
two.2.5) Award criteria
Quality criterion - Name: Overall Quality / Technical Criteria / Weighting: 20
Cost criterion - Name: Overall Commercial Criteria / Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 June 2023
End date
15 March 2024
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
two.2) Description
two.2.1) Title
Provision of SPECT/CT Gamma Camera System at Forth Valley Royal Hospital
Lot No
3
two.2.2) Additional CPV code(s)
- 33111620 - Gamma cameras
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Forth Valley Royal Hospital
Stirling Road, Larbert
FK5 4WR
two.2.4) Description of the procurement
Provision of SPECT/CT Gamma Camera System at Forth Valley Royal Hospital
two.2.5) Award criteria
Quality criterion - Name: Clinical and Technical / Weighting: 40
Quality criterion - Name: Service & Support / Weighting: 20
Cost criterion - Name: Commercial / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 June 2023
End date
15 March 2024
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
3 year manufacturer's warranty on Lot 1.
10 year maintenance on Lot 1.
Description of Added Value Features (FOC) for Lot 1.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
9 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 June 2023
Local time
12:30pm
Place
Glasgow Royal Infirmary
Information about authorised persons and opening procedure
Gareth Miller (Commodity Manager - Capital Equipping)
Sophie Connelly (Commodity Officer - Capital Equipping)
Gerry Mather (Project Manager - Property and Capital Planning)
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
This tender is a joint venture between NHS Greater Glasgow and Clyde (GG&C) and Forth Valley.
Scoring for Lot 1 and Lot 2 will be conducted by NHS GG&C.
Scoring for Lot 3 will be conducted by National Services Scotland (NSS) and NHS Forth Valley.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=730716.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:730716)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom