Contract

Grampian Health Board Radiotherapy Linac, R&V and TPS

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F03: Contract award notice

Notice identifier: 2021/S 000-013529

Procurement identifier (OCID): ocds-h6vhtk-02bc4c

Published 15 June 2021, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

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

Edinburgh

EH12 9EB

Contact

Alan Summers

Email

alan.summers2@nhs.scot

Telephone

+44 1312756511

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

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

Buyer's address

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

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

Grampian Health Board Radiotherapy Linac, R&V and TPS

Reference number

SLC818/2020

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

Grampian Health Board wished to procure one Medical Linear Accelerator (“Linac”) for the delivery of radiotherapy treatments, in order to replace an existing linac. The Board also wished to renew or replace its existing Oncology Information Management and Record and Verify System, as well as its Treatment Planning System.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,345,900

two.2) Description

two.2.1) Title

Adaptive Linac, R&V and TPS

Lot No

1

two.2.2) Additional CPV code(s)

  • 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
  • 33151000 - Radiotherapy devices and supplies

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance

Grampian Cancer Care Centre

Aberdeen Royal Infirmary

Foresterhill

Aberdeen

two.2.4) Description of the procurement

Lot 1 comprised all of the following:

- a Linac for the delivery of on-line adaptive radiotherapy treatments

- an Oncology Information Management and Record and Verify System (“R&V”)

- a Treatment Planning System (“TPS”)

two.2.5) Award criteria

Quality criterion - Name: NHS Requirement / Weighting: 40

Quality criterion - Name: Implementation / Weighting: 30

Cost criterion - Name: Cost / Weighting: 30

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.2.14) Additional information

The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both.

two.2) Description

two.2.1) Title

Conventional Linac, R&V and TPS

Lot No

2

two.2.2) Additional CPV code(s)

  • 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
  • 33151000 - Radiotherapy devices and supplies

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance

Grampian Cancer Care Centre

Aberdeen Royal Infirmary

Foresterhill

Aberdeen

two.2.4) Description of the procurement

Lot 2 comprised all of the following:

- a conventional multi-mode Linac

- an Oncology Information Management and Record and Verify System (“R&V”)

- a Treatment Planning System ("TPS")

two.2.5) Award criteria

Quality criterion - Name: NHS Requirement / Weighting: 40

Quality criterion - Name: Implementation / Weighting: 30

Cost criterion - Name: Cost / Weighting: 30

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.2.14) Additional information

The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both.


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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 225-554976


Section five. Award of contract

Lot No

1

Title

Adaptive Linac, R&V and TPS

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 May 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Varian Medical Systems UK Ltd

Gatwick Road

Crawley

RH10 9RG

Telephone

+44 1293601324

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,345,900


Section five. Award of contract

Lot No

2

Title

Conventional Linac, R&V and TPS

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section six. Complementary information

six.3) Additional information

The estimated value referred to in Section II.1.7 and V.2.4 covers the contract duration of the agreement.

The Board intended to award a contract to one successful Contractor for the supply of either Lot 1 or Lot 2, but not both. The Board would accept the highest ranked offer for Lot 1, unless the quoted price exceeded the Board’s budget of 3,346,000 GBP for that procurement or the Board considered that no offer adequately met its requirements. If the Board did not award a contract for Lot 1, then the Board would consider the highest ranked offer for Lot 2. If no offers fell within the budget for this procurement or the Board considered that no offer adequately met the requirements specified herein, then the Board would decline to accept any offer.

(SC Ref:657433)

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.