Opportunity

NP167/22 Multi Modality Imaging Equipment and Maintenance Framework

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

F02: Contract notice

Notice reference: 2022/S 000-017869

Published 30 June 2022, 11:37am



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

Email

Dominika.Kolodziejczyk@nhs.scot

Telephone

+44 07813531487

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

NP167/22 Multi Modality Imaging Equipment and Maintenance Framework

Reference number

NP167/22

two.1.2) Main CPV code

  • 33110000 - Imaging equipment for medical, dental and veterinary use

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework agreement for the supply, installation, and/or maintenance of Diagnostic Imaging Equipment including but not limited to X-Ray, CT, MR, PET/CT, Mammography, Mammography Biopsy Systems, Mammography non-wire lesion localisation detectors, Mammography non-wire lesion localisation devices, mammography sentinel lymph node location detectors, Mammography non-radioactive tracer fluids, Interventional, Dental, Bone Densitomitry, Nuclear Imaging, Contrast Injectors, Radiopharmaceutical Injectors, Injector Consumables, Specimen cabinets, Cath Lab Accessories, Ultrasound and Bladder Scanners. Also included is the installation of equipment (including pre-installation works and provision of mobile units or modular builds when undertaken as a turnkey contract with the equipment supplier). The Framework will also cover servicing and maintenance of the aforementioned equipment including servicing by 3rd parties.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

two.2) Description

two.2.1) Title

Imaging Equipment Maintenance & Installation

Lot No

1

two.2.2) Additional CPV code(s)

  • 33110000 - Imaging equipment for medical, dental and veterinary use
  • 33111000 - X-ray devices
  • 33111400 - X-ray fluoroscopy devices
  • 33111500 - Dental X-ray
  • 33111600 - Radiography devices
  • 33111610 - Magnetic resonance unit
  • 33111620 - Gamma cameras
  • 33111650 - Mammography devices
  • 33111660 - Bone densitometers
  • 33111700 - Angiography room
  • 33111800 - Diagnostic X-ray system
  • 33112000 - Echo, ultrasound and doppler imaging equipment
  • 33112300 - Ultrasound scanners
  • 33112310 - Colour-flow doppler
  • 33113000 - Magnetic resonance imaging equipment
  • 33113100 - Magnetic resonance scanners
  • 33115000 - Tomography devices
  • 33115100 - CT scanners
  • 33153000 - Lithotripter
  • 51400000 - Installation services of medical and surgical equipment
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 33124120 - Diagnostic ultrasound devices
  • 51411000 - Installation services of imaging equipment
  • 44211100 - Modular and portable buildings

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Supply, Installation (including pre-installation works undertaken as a turnkey contract with the equipment supplier) and maintenance of Diagnostic Imaging equipment including but not limited to X-Ray, Computed Radiography, Angiography, Fluoroscopy, Lithotripsy, CT, MR, PET/CT, Mammography, Lithotripter, Interventional, Dental, Bone Densitometry, Image Intensifiers, Nuclear Imaging, Specimen cabinets, Scoliosis Imaging Systems and Ultrasound, Mobile units or modular builds where undertaken as a turnkey contract with the equipment supplier.

two.2.5) Award criteria

Quality criterion - Name: Technical and clinical merit / Weighting: 25

Quality criterion - Name: Service and support / Weighting: 17

Quality criterion - Name: Sustainability / Weighting: 8

Cost criterion - Name: Total cost / Weighting: 50

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: Yes

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

3rd Party and Installed base maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 50421200 - Repair and maintenance services of X-ray equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

OEM and 3rd Party (Multi Vendor) maintenance and servicing of Diagnostic Imaging Equipment including but not limited to X-Ray, Computed Radiography, CT, MR, PET/CT, Mammography, Fluoroscopy, Lithotripter, Interventional, Dental, Bone Densitometry, Image Intensifier, Nuclear Imaging, Injectors, Specimen cabinets, Digital systems for scoliosis Ultrasound and Bladder Scanners.

two.2.5) Award criteria

Quality criterion - Name: Support & Service / Weighting: 50

Cost criterion - Name: Total cost / Weighting: 50

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

two.2) Description

two.2.1) Title

Bladder Scanner Supply and Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 33112300 - Ultrasound scanners
  • 33112000 - Echo, ultrasound and doppler imaging equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Supply, Maintenance, Servicing and Repair of Bladder Scanners.

two.2.5) Award criteria

Quality criterion - Name: Service and Support / Weighting: 12

Quality criterion - Name: Technical and Clinical Merit / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 8

Cost criterion - Name: Total cost / Weighting: 60

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

two.2) Description

two.2.1) Title

Injectors and Consumables

Lot No

4

two.2.2) Additional CPV code(s)

  • 33110000 - Imaging equipment for medical, dental and veterinary use
  • 33141310 - Syringes
  • 51410000 - Installation services of medical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Framework Agreement for the supply, installation, and/or maintenance of contrast and radiopharmaceutical injectors and the supply of syringes and other consumables that are used with the above mentioned Injector systems for use with Diagnostic Imaging Equipment.

two.2.5) Award criteria

Quality criterion - Name: Technical and clinical merit / Weighting: 30

Quality criterion - Name: Service and support / Weighting: 12

Quality criterion - Name: Sustainability / Weighting: 8

Cost criterion - Name: Total cost / Weighting: 50

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: Yes

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

Mammography Vacuum Devices and Associated Consumables

Lot No

5

two.2.2) Additional CPV code(s)

  • 33111650 - Mammography devices
  • 50421000 - Repair and maintenance services of medical equipment
  • 33151100 - Gamma therapy devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Framework Agreement for the supply, installation, and/or maintenance of mammography vacuum devices and/ or the supply of associated consumables as well as mammography non-wire lesion localisation detectors, mammography non-wire lesion localisation devices, sentinel lymph node location detectors and sentinel lymph node location non-radioactive tracer fluids used in mammography.

two.2.5) Award criteria

Quality criterion - Name: Technical and clinical merit / Weighting: 30

Quality criterion - Name: Service and support / Weighting: 12

Quality criterion - Name: Sustainability / Weighting: 8

Cost criterion - Name: Total cost / Weighting: 50

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: Yes

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 = 5 000 000 GBP,

— Public Liability Insurance = 5 000 000 GBP,

— Professional Indemnity Insurance = 2 000 000 GBP,

— Product Liability Insurance = 5 000 000 GBP.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Information and formalities necessary for evaluating if the requirements are met:

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

Must provide relevant examples of supplies / services carried out in the last 3 years. It is a mandatory requirement for any systems offered on this Framework to have CE/UKCA Marking in accordance with UK Medical Devices Regulations 2002 at contract commencement.

Tendered devices must comply with the requirements and electrical safety document included within the tender. The equipment must comply with particular requirements for electrical safety set out in the International Electro technical IEC 60601-1:2005 standard, its subsequent corrigenda and amendments.

All X-ray equipment will comply with current radiation protection legislation and guidance including IRR17, IRMER 2017, HSE Guidance Note PM77 (3rd edition), IPEM Medical and Dental Guidance Notes (2002). Please note that it is a mandatory requirement for each Potential Framework Participant (or any of its subcontractors), as a minimum, operate to BS EN ISO 13485:2016+A11:2021 or ISO9001:2001 or equivalent.

Lots 1,2, 4 and 5.

Mandatory requirement for each Potential Framework Participant (or any of its subcontractors) to have a minimum of 1 fully trained and certificated engineer capable of servicing each equipment type they are offering to Participating Authorities.

It is a mandatory requirement that each Potential Framework Participant (or any of its subcontractors) must have the capability to respond to unscheduled service calls and have an engineer on Participating Authorities sites within 24 hours of request.

It is a mandatory requirement that each Potential Framework Participant (or any of its subcontractors) must have the capability to make spare parts for all equipment offered as part of this Framework Agreement available on a Participating Authorities site within 24 hours of fault diagnosis on such Participating Authorities Product.

Lots 1 and 2: 3rd Party and Installed Base maintenance.

Any fully comprehensive service contract for MR must not include any limitations on the supply of cryogens.

Lot 3: Bladder Scanner Supply and Maintenance.

It is a mandatory requirement that each Potential Framework Participant is able to provide a repair and maintenance service for their bladder scanners. Repairs must either be carried out on site or if using a return to base model must be complete and the unit returned to the customer within 14 days.

It is a mandatory requirement that training for clinical staff is provided with scanner purchase.

Equipment Installations:

For fixed equipment only, the electrical supply to the medical location (including essential power circuits and earth connection) to be compliant with the requirements of the IET wiring regulations, British Standard BS 7671:2018+A2:2022 and the Department of Health, Health Technical Memorandum HTM06-01 (2017), appropriate to the location group as specified in Annex A710 for the equipment being used.

Full info is available in the ITT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Public procurement - prompt payment in the supply chain: SPPN 2/2022

If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.


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: 50

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: 2022/S 000-006717

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

Date

19 August 2022

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 August 2022

Local time

12:00pm


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

This Framework Agreement will apply to all NHS Health Boards including NHS 24, NHS Education of Scotland, NHS Health Scotland, Healthcare Improvement Scotland, Scottish Ambulance Services, The Common Services Agency for the Scottish Health Service, The State Hospitals for Scotland.

Scottish Hospices and the following further authorities: Scottish Further Education Colleges and Higher Education Institutions and members of Advanced Procurement for Universities and Colleges (APUC Ltd). 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 diagnostic imaging equipment, supply, maintenance and installation (“Products and Services”) 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 Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 and all NHS Scotland Dental and Orthodontic Practices which are members from time to time of the DenPro collaborative purchasing scheme managed by NSS National Procurement (information about Denpro is at all NHS Scotland Health Boards, Special Health Boards and the http://www.nhsdenpro.org/), Kids OR (https://www.kidsor.org/) (collectively hereafter referred to as “Participating Authorities”), where applicable. The estimated values referred to in Section II.1.5 and 11.2.6 covers the 48 months contract duration.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21394 . 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:

It is not anticipated that subcontractors will be used in the delivery of this framework.

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 framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.

Potential framework 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 framework 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 framework 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 at https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

(SC Ref:698601)

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-sheriff-court-and-justice-of-the-peace-court

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 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.