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
jordan.mcgonigle2@ggc.scot.nhs.uk
Telephone
+44 1412015388
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Provision of Supply, Install & Maintenance of Diagnostic Imaging Equipment – CT Scanner
Reference number
GGC0877
two.1.2) Main CPV code
- 33124110 - Diagnostic systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of Supply, Install & Maintenance of Diagnostic Imaging Equipment – CT Scanner (Computerised Tomography Scanner)
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Provision of Supply, Install & Maintenance of Computerised Tomography Scanner (CT Scanner).
Lot No
1
two.2.2) Additional CPV code(s)
- 33115100 - CT scanners
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
The Glasgow Royal Infirmary
two.2.4) Description of the procurement
Provision of Supply, Install & Maintenance of Computerised Tomography Scanner (CT Scanner).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 enabling (turnkey) works associated with CT Scanner
Lot No
2
two.2.2) Additional CPV code(s)
- 51410000 - Installation services of medical equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
The Glasgow Royal Infirmary
two.2.4) Description of the procurement
Provision of enabling (turnkey) works associated with a CT Scanner at The Glasgow Royal Infirmary.
The existing CT Scanner 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
4 September 2023
Local time
9:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 September 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
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=740423.
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:740423)
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