Tender

Lothian Health Board Oncology Management System, Treatment Planning System, Stereotactic Radiotherapy Treatment Planning System and DICOM Archive

  • NHS Lothian

F02: Contract notice

Notice identifier: 2021/S 000-018792

Procurement identifier (OCID): ocds-h6vhtk-02d0d6

Published 4 August 2021, 3:45pm



The closing date and time has been changed to:

17 September 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Lothian

Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place

Edinburgh

EH1 3EG

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.nhslothian.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

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

Lothian Health Board Oncology Management System, Treatment Planning System, Stereotactic Radiotherapy Treatment Planning System and DICOM Archive

Reference number

SLC818/2021

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

Lothian Health Board (more commonly known as NHS Lothian) operates the Edinburgh Cancer Centre (based at the Western General Hospital) and has a requirement to replace its Radiotherapy Oncology Management System (OMS), Treatment Planning System (TPS), Stereotactic Radiotherapy Treatment Planning System (SRT-TPS) and DICOM Archive (DA) under the Scottish Government’s

Radiotherapy Capital Equipment Replacement Programme (CERP).

This NHS Requirement includes the provision for the purchase of the following Products:

Lot 1: Oncology Management System (OMS)

Lot 2: Treatment Planning System (TPS)

Lot 3: Stereotactic Radiotherapy Treatment Planning System (SRT-TPS)

Lot 4: Radiotherapy DICOM Archive (DA)

Contractors may tender for any single, or multiple lots, up to and including all 4 lots.

Separate tenders should be submitted for each lot.

Contractors may submit more than 1 tender for any given lot.

A single tender for more than 1 lot combined will not be considered.

two.1.5) Estimated total value

Value excluding VAT: £2,083,334

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

two.2) Description

two.2.1) Title

Oncology Management System (OMS)

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
  • UKM - Scotland
Main site or place of performance

Edinburgh Cancer Centre

Western General Hospital

Edinburgh

two.2.4) Description of the procurement

An Oncology Management System (OMS) to replace the existing system installed in 2016, as per the NHS Requirement document within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Technical and Functional / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

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

two.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all 4 lots.

Separate tenders should be submitted for each lot.

Contractors may submit more than 1 tender for any given lot.

A single tender for more than 1 lot combined will not be considered.

two.2) Description

two.2.1) Title

Treatment Planning System (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
  • UKM - Scotland
Main site or place of performance

Edinburgh Cancer Centre

Western General Hospital

Edinburgh

two.2.4) Description of the procurement

A Treatment Planning System (TPS) to replace the existing system installed in 2016, as per the NHS Requirement document within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Technical & Functional / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

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

two.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all 4 lots.

Separate tenders should be submitted for each lot.

Contractors may submit more than 1 tender for any given lot.

A single tender for more than 1 lot combined will not be considered.

two.2) Description

two.2.1) Title

Stereotactic Radiotherapy Treatment Planning System (SRT-TPS)

Lot No

3

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
  • UKM - Scotland
Main site or place of performance

Edinburgh Cancer Centre

Western General Hospital

Edinburgh

two.2.4) Description of the procurement

A Stereotactic Radiotherapy Treatment Planning System (SRT-TPS) to replace the existing system installed in 2016, as per the NHS Requirement document within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Technical & Functional / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

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

two.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all 4 lots.

Separate tenders should be submitted for each lot.

Contractors may submit more than 1 tender for any given lot.

A single tender for more than 1 lot combined will not be considered.

two.2) Description

two.2.1) Title

DICOM Archive (DA)

Lot No

4

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
  • UKM - Scotland
Main site or place of performance

Edinburgh Cancer Centre

Western General Hospital

Edinburgh

two.2.4) Description of the procurement

A DICOM Archive (DA) to replace the existing system installed in 2016, as per the NHS Requirement document within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Technical and Functional / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

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

two.2.14) Additional information

Contractors may tender for any single, or multiple lots, up to and including all 4 lots.

Separate tenders should be submitted for each lot.

Contractors may submit more than 1 tender for any given lot.

A single tender for more than 1 lot combined will not be considered.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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 for the last 3 years of:

Lot 1 OMS - GBP2.3m

Lot 2 TPS - GBP1.0m

Lot 3 SRT-TPS - GBP0.5m

Lot 4 DA - GBP0.4m.

4B.2.1 Bidders will be required to have a minimum yearly turnover for the last 3 years in the business area covered by the contract of:

Lot 1 OMS - GBP2.3m

Lot 2 TPS - GBP1.0m

Lot 3 SRT-TPS - GBP0.5m

Lot 4 DA - GBP0.4m.

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 OJEU Contract Notice.

— 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE 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

Originally published as:

Date

10 September 2021

Local time

12:00pm

Changed to:

Date

17 September 2021

Local time

12:00pm

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

10 September 2021

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

six.3) Additional information

The estimated value referred to in Section II.1.5 covers the contract duration of all four lots of the framework agreement.

Contractors may tender for any single, or multiple lots, up to and including all 4 lots.

Separate tenders should be submitted for each lot.

Contractors may submit more than 1 tender for any given lot.

A single tender for more than 1 lot combined will not be considered.

Tenders for each lot will be evaluated separately and an award for each lot made separately.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18751. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:661581)

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.