Opportunity

Imaging Services

  • National Services Scotland

F02: Contract notice

Notice reference: 2023/S 000-029338

Published 5 October 2023, 8:50am



Section one: Contracting authority

one.1) Name and addresses

National Services Scotland

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

FK117AL

Contact

John Gavin

Email

john.gavin@nhs.scot

Telephone

+44 1698794410

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

Imaging Services

Reference number

NP16923

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Agreement is for the provision of mobile, relocatable and static diagnostic imaging

services(note; services may include equipment or staff and equipment) which may facilitate (but is not limited

to); CT, MR, angiography (including Cath Labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography

and bone densitometry.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Mobile and Relocatable Diagnostic Imaging Services — Staffed

Lot No

1

two.2.2) Additional CPV code(s)

  • 33113000 - Magnetic resonance imaging equipment
  • 33111800 - Diagnostic X-ray system
  • 33111600 - Radiography devices
  • 33111620 - Gamma cameras
  • 33182400 - Cardiac X-ray system
  • 33115100 - CT scanners
  • 33115000 - Tomography devices
  • 85150000 - Medical imaging services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The provision of imaging services within a mobile or relocatable (vehicular, modular, demountable or

relocatable) unit, (note; services will include staff and equipment) which may include, but is not limited to; CT,

MR, angiography (including cath labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography and

bone densitometry. The service within this lot is to enable the capture of diagnostic images and the provision

of patient care. Bidders must be able to provide at least one member of staff (including radiographers and any

clinical support staff) who must be skilled and fully qualified.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: 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: Yes

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

Mobile and Relocatable Diagnostic Imaging Services — Un-Staffed

Lot No

2

two.2.2) Additional CPV code(s)

  • 85150000 - Medical imaging services
  • 33113000 - Magnetic resonance imaging equipment
  • 33182400 - Cardiac X-ray system
  • 33111800 - Diagnostic X-ray system
  • 33111620 - Gamma cameras
  • 33111500 - Dental X-ray

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The provision of imaging services within a mobile or relocatable (vehicular, modular, demountable or

relocatable) unit, (note; services will be for the provision of equipment only) which may include, but is not limited

to; CT, MR, angiography (including cath labs), X-Ray, Ultrasound, PET/CT, nuclear medicine, mammography

and bone densitometry. The service within this lot is to enable the capture of diagnostic images and the

provision of patient care. The service provision within this lot is unstaffed

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: 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: Yes

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.1.1) 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

Minimum level(s) of standards possibly required

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

List and brief description of selection criteria

Suppliers responses will be completed within the ITT with the use of the open procedure and exclusion based

on inability to demonstrate ability to service NHSS requirements satisfactorily.

Minimum level(s) of standards possibly required

(i) mandatory requirement for each potential framework participant to operate to ISO13485:2003

orISO9001:2001 or equivalent

(ii) mandatory requirement for each potential framework participant to be able to supply capacity on either a

mobile or static equipment at point of tender for at least one modality that meets the clinical specifications;

(iii) mandatory requirement that any staff provided meet the minimum requirements set out in the tender

documents.

(iv) mandatory requirements that uptime of systems to be 100 % with the Health Board credited with time in lieu

for any downtime occurring in a contracted period or provided with a pro-rata refund;

(v) mandatory requirement that each potential framework participant agrees to work within relevant industry

guidelines, as set out in the tender documents;

(vi) mandatory requirement that each potential framework participant agreed to meet minimum standards for IT

security and handling of patient identifiable information, as set out in the tender documents;

(vii) mandatory requirement that suppliers must provide evidence and details of Standard Operating Procedures,

as set out in the tender documents;

(viii) mandatory requirement — agree to the RPA/Safety requirements as set out in the ITT;

(ix) mandatory requirement — cleaning and decontamination of all equipment and premises must comply with

HEI & HAI guidance;

(x) mandatory requirement — must be able to burn images to DVD.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 20

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

10 November 2023

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

four.2.7) Conditions for opening of tenders

Date

13 November 2023

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

Additional information:

This Framework Agreement will apply to:

— Golden Jubilee Hospital (National Waiting Times Centre Board),

— NHS 24,

— NHS Ayrshire and Arran,

— NHS Borders,

— NHS Dumfries and Galloway,

— NHS Education of Scotland,

— NHS Fife,

— NHS Forth Valley,

— NHS Grampian,

— NHS Greater Glasgow and Clyde,

— NHS Health Scotland,

— NHS Highland,

— NHS Lanarkshire,

— NHS Lothian,

— NHS Orkney,

— Healthcare Improvement Scotland,

— NHS Shetland,

— NHS Tayside,

— 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 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 Join Boards established

pursuant to the new Public Bodies (Joint Working) Scotland Act 2014

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24785. For more information

see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24785. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 NHS 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 is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s

Community Benefit 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 approved compliant route to the realisation of community benefits.

For further information please visit -

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

(SC Ref:746524)

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

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.