Tender

Greater Glasgow Health Board Radiotherapy Linear Accelerators

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2021/S 000-022447

Procurement identifier (OCID): ocds-h6vhtk-02df1e

Published 9 September 2021, 4:54pm



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

Contact

Alan Summers

Email

alan.summers2@nhs.scot

Telephone

+44 1312756511

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.nhsggc.org.uk/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

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

Greater Glasgow Health Board Radiotherapy Linear Accelerators

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

Two linear accelerators are to be replaced, installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, within Greater Glasgow Health Board, as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government’s Radiotherapy Capital Equipment Replacement Programme (CERP).

Product for replacement:

2x Linear Accelerators:

Linear Accelerator 1: photon modality (general RT use plus stereotactic capability) (GL 11)

Linear Accelerator 2: photon modality (general RT use) (GL 12)

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

The Beatson West of Scotland Cancer Centre

Gartnavel Hospital

Great Western Road

Glasgow

two.2.4) Description of the procurement

Two linear accelerators are to be replaced, installed at the Beatson West of Scotland Cancer Centre located at Gartnavel General Hospital, within Greater Glasgow Health Board, as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government’s Radiotherapy Capital Equipment Replacement Programme (CERP).

Product for replacement:

2x Linear Accelerators:

Linear Accelerator 1: photon modality (general RT use plus stereotactic capability) (GL 11)

Linear Accelerator 2: photon modality (general RT use) (GL 12)

This is being tendered in a single Lot, with the award to a single Supplier for the single Lot.

The successful Supplier will be required to perform as the Prime Contractor for the supply and installation of the Product.

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.2.7) 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.1.2) 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 GBP10m for the last 3 years.

4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP10m 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 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

15 October 2021

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

four.2.7) Conditions for opening of tenders

Date

15 October 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 the agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19390. 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 tender is for the Award of Contract for highly specialised Radiotherapy Treatment equipment and the installation on site and it is a requirement that the winning bidder acts as Prime Contractor for the whole tender requirement.

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:

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Invitation to Tender will detail the Community Benefit background and objectives. The contract will mandate that Suppliers respond in their tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award.

(SC Ref:663127)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414185248

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.