Tender

Provision of Supply, Install & Maintenance of Diagnostic Imaging Equipment – CT Scanner

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2023/S 000-022601

Procurement identifier (OCID): ocds-h6vhtk-03ecc3

Published 3 August 2023, 1:46pm



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

Email

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

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court