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
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
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.