Tender

Auto-injectors for PET-CT Service

  • The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

F02: Contract notice

Notice identifier: 2025/S 000-080064

Procurement identifier (OCID): ocds-h6vhtk-05ef7a

Published 5 December 2025, 11:22am



Section one: Contracting authority

one.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

1 South Gyle Crescent

Edinburgh

EH12 9EB

Email

john.gavin@nhs.scot

Telephone

+44 1312756000

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

http://www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.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

http://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

Auto-injectors for PET-CT Service

Reference number

NP05925

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

This procurement is for the acquisition of auto-injector systems to support PET-CT services across NHS Scotland. The aim is to standardize the delivery of radiopharmaceuticals, improve patient safety, enhance imaging quality, and streamline clinical workflows. This procurement will apply to the 4 NHS Boards involved in PET-CT imaging, NHS GG&C, NHS Lothian, NHS Grampian and NHS Tayside. The procurement is to do a 10 year, non-framework contract as this covers the lifespan of the machines. It will run alongside the PET-CT replacement programme. There will be a single award as the requirements of the service are to standardise equipment and delivery.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 50400000 - Repair and maintenance services of medical and precision equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This procurement is for the acquisition of auto-injector systems to support PET-CT services across NHS Scotland. The aim is to standardize the delivery of radiopharmaceuticals, improve patient safety, enhance imaging quality, and streamline clinical workflows. This procurement will apply to the 4 NHS Boards involved in PET-CT imaging, NHS GG&C, NHS Lothian, NHS Grampian and NHS Tayside. The procurement is to do a 10 year, non-framework contract as this covers the lifespan of the machines. The procurement will also cover the maintenance of the machines for the lifespan and the delivery of all consumables required for the daily operation of the machines. It will run alongside the PET-CT replacement programme. There will be a single award as the requirements of the service are to standardise equipment and delivery.

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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.1.1) 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

List and brief description of selection criteria

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

Minimum level(s) of standards possibly required

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

The critical examination required under Regulation 31(2) of the Ionising Radiations Regulations 2017 must be carried out in conjunction with or by an NHS RPA.

It is the supplier’s responsibility to demonstrate that all tendered equipment is compliant with IOS 11608-52022 specification.

The installer must provide a certificate of compliance with MEIGaN, as outlined in Section 11 of MEIGaN.

The equipment must comply with relevant and current UK and international standards and guidance for the manufacture, supply and safety of X-ray equipment. These include:

The equipment must have UKCA (CE) marking.


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

9 January 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

12 January 2026

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30671. 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

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

The contract is over a 10 year period and annual spend does not qualify for the Community Benefits requirement.

(SC Ref:817623)

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.