Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Grampian Health Board Radiotherapy Linac, R&V and TPS

  • Cyhoeddwyd gyntaf: 18 Tachwedd 2020
  • Wedi'i addasu ddiwethaf: 18 Tachwedd 2020

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)
ID Awudurdod:
AA77631
Dyddiad cyhoeddi:
18 Tachwedd 2020
Dyddiad Cau:
22 Rhagfyr 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Lot 1 comprises all of the following:

— a Linac for the delivery of on-line adaptive radiotherapy treatments;

— an oncology information management and record and verify system (‘R&V’);

— a treatment planning system (‘TPS’).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

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

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

Edinburgh

EH12 9EB

UK

Person cyswllt: Alan Summers

Ffôn: +44 1312756511

E-bost: alan.summers2@nhs.scot

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.nhsscotlandprocurement.scot.nhs.uk/

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Grampian Health Board Radiotherapy Linac, R&V and TPS

II.1.2) Prif god CPV

33150000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

Grampian Health Board wishes to procure one Medical Linear Accelerator (‘Linac’) for the delivery of radiotherapy treatments, in order to replace an existing Linac. The Board also wishes to renew or replace its existing oncology information management and record and verify system, as well as its treatment planning system.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 346 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Adaptive Linac, R&V and TPS

II.2.2) Cod(au) CPV ychwanegol

33150000

33151000

II.2.3) Man cyflawni

Cod NUTS:

UKM50


Prif safle neu fan cyflawni:

Grampian Cancer Care Centre, Aberdeen Royal Infirmary, Foresterhill, Aberdeen.

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 comprises all of the following:

— a Linac for the delivery of on-line adaptive radiotherapy treatments;

— an oncology information management and record and verify system (‘R&V’);

— a treatment planning system (‘TPS’).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: NHS requirement / Pwysoliad: 40

Maes prawf ansawdd: Implementation / Pwysoliad: 30

Maen prawf cost: Cost / Pwysoliad: 30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 346 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The board intends to award a contract to one successful Contractor for the supply of either lot 1 or lot 2, but not both.

Rhif y Lot 2

II.2.1) Teitl

Conventional Linac, R&V and TPS

II.2.2) Cod(au) CPV ychwanegol

33150000

33151000

II.2.3) Man cyflawni

Cod NUTS:

UKM50


Prif safle neu fan cyflawni:

Grampian Cancer Care Centre, Aberdeen Royal Infirmary, Foresterhill, Aberdeen.

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 comprises all of the following:

— a conventional multi-mode Linac;

— an oncology information management and record and verify system (‘R&V’);

— a treatment planning system (‘TPS’).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: NHS requirement / Pwysoliad: 40

Maes prawf ansawdd: Implementation / Pwysoliad: 30

Maen prawf cost: Cost / Pwysoliad: 30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 346 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The board intends to award a contract to one successful contractor for the supply of either lot 1 or lot 2, but not both.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

4B.1.1 Bidders will be required to have a minimum ‘general’ yearly turnover of GBP 6.6 million for the last 3 years.

4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 6.6 million for the last 3 years in the business area covered by the contract.

4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (compulsory) liability insurance = GBP 5 million

Public liability insurance = GBP 10 million

Product liability insurance = GBP5 million.

III.1.3) Gallu technegol a phroffesiynol

Lefel(au) gofynnol y safonau sydd eu hangen:

— All tendered products must fully comply with the NHS requirement included within the tender documents;

— 4.C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU contract notice;

— 4C.12 If awarded to the contract potential contractors must provide evidence that tendered products are CE marked. Evidence should be in the form of certification issued by a notified body;

— 4D.1 quality management procedures.

1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or

2) The bidder must have the following:

(a) A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

(b) Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance.

(c) A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.

(d) Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records.

(e) Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance.

(f) Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.

(g) A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent re-occurrence.

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 22/12/2020

Amser lleol: 17:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 3  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 22/12/2020

Amser lleol: 17:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

VI.3) Gwybodaeth ychwanegol

The estimated value referred to in Section II.1.5) and II.2.6) covers the contract duration of the agreement.

The board intends to award a contract to one successful Contractor for the supply of either lot 1 or lot 2, but not both. The Board will accept the highest ranked offer for lot 1, unless the quoted price exceeds the Board’s budget of GBP 3 346 000 for this procurement or the board considers that no offer adequately meets its requirements. If the board does not award a contract for lot 1, then the board will consider the highest ranked offer for lot 2. If no offers fall within the budget for this procurement or the Board considers that no offer adequately meets the requirements specified herein, then the board may decline to accept any offer.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 17336. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:636160)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

Ffôn: +44 1312252525

E-bost: edinburgh@scotcourts.gov.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Dyddiad anfon yr hysbysiad hwn

13/11/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
33151000 Dyfeisiau a chyflenwadau radiotherapi Dyfeisiau radiotherapi, mecanotherapi, electrotherapi a therapi corfforol
33150000 Dyfeisiau radiotherapi, mecanotherapi, electrotherapi a therapi corfforol Cyfarpar meddygol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
alan.summers2@nhs.scot
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.