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