
Market Leads & Opportunities
United Kingdom-Edinburgh: NP167/22 Multi Modality Imaging Equipment and Maintenance Framework
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-017869/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: The Common Services Agency (more commonly known as NHS National Services Scotland) (“NSS”)
Postal address: Gyle Square (NSS Head Office), 1 South Gyle Crescent
Town: Edinburgh
Postal code: EH12 9EB
Country: United Kingdom
Telephone: +44 07813531487
Email: Dominika.Kolodziejczyk@nhs.scot
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: NP167/22 Multi Modality Imaging Equipment and Maintenance Framework
Reference number: NP167/22
II.1.2) Main CPV code: 33110000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Framework agreement for the supply, installation, and/or maintenance of Diagnostic Imaging Equipment including but not limited to X-Ray, CT, MR, PET/CT, Mammography, Mammography Biopsy Systems, Mammography non-wire lesion localisation detectors, Mammography non-wire lesion localisation devices, mammography sentinel lymph node location detectors, Mammography non-radioactive tracer fluids, Interventional, Dental, Bone Densitomitry, Nuclear Imaging, Contrast Injectors, Radiopharmaceutical Injectors, Injector Consumables, Specimen cabinets, Cath Lab Accessories, Ultrasound and Bladder Scanners. Also included is the installation of equipment (including pre-installation works and provision of mobile units or modular builds when undertaken as a turnkey contract with the equipment supplier). The Framework will also cover servicing and maintenance of the aforementioned equipment including servicing by 3rd parties.
II.1.5) Estimated total value:
Value excluding VAT: 300000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:5
II.2) Description
II.2.1) Title: Imaging Equipment Maintenance & Installation
Lot No:1
II.2.2) Additional CPV code(s)
33110000, 33111000, 33111400, 33111500, 33111600, 33111610, 33111620, 33111650, 33111660, 33111700, 33111800, 33112000, 33112300, 33112310, 33113000, 33113100, 33115000, 33115100, 33153000, 51400000, 50420000, 50421000, 33124120, 51411000, 44211100
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Installation (including pre-installation works undertaken as a turnkey contract with the equipment supplier) and maintenance of Diagnostic Imaging equipment including but not limited to X-Ray, Computed Radiography, Angiography, Fluoroscopy, Lithotripsy, CT, MR, PET/CT, Mammography, Lithotripter, Interventional, Dental, Bone Densitometry, Image Intensifiers, Nuclear Imaging, Specimen cabinets, Scoliosis Imaging Systems and Ultrasound, Mobile units or modular builds where undertaken as a turnkey contract with the equipment supplier.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: 3rd Party and Installed base maintenance
Lot No:2
II.2.2) Additional CPV code(s)
50421200
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
OEM and 3rd Party (Multi Vendor) maintenance and servicing of Diagnostic Imaging Equipment including but not limited to X-Ray, Computed Radiography, CT, MR, PET/CT, Mammography, Fluoroscopy, Lithotripter, Interventional, Dental, Bone Densitometry, Image Intensifier, Nuclear Imaging, Injectors, Specimen cabinets, Digital systems for scoliosis Ultrasound and Bladder Scanners.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Bladder Scanner Supply and Maintenance
Lot No:3
II.2.2) Additional CPV code(s)
33112300, 33112000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Maintenance, Servicing and Repair of Bladder Scanners.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Injectors and Consumables
Lot No:4
II.2.2) Additional CPV code(s)
33110000, 33141310, 51410000, 50421000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Framework Agreement for the supply, installation, and/or maintenance of contrast and radiopharmaceutical injectors and the supply of syringes and other consumables that are used with the above mentioned Injector systems for use with Diagnostic Imaging Equipment.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Mammography Vacuum Devices and Associated Consumables
Lot No:5
II.2.2) Additional CPV code(s)
33111650, 50421000, 33151100
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Framework Agreement for the supply, installation, and/or maintenance of mammography vacuum devices and/ or the supply of associated consumables as well as mammography non-wire lesion localisation detectors, mammography non-wire lesion localisation devices, sentinel lymph node location detectors and sentinel lymph node location non-radioactive tracer fluids used in mammography.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Information and formalities necessary for evaluating if the requirements are met:
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
Minimum level(s) of standards possibly required:Must provide relevant examples of supplies / services carried out in the last 3 years. It is a mandatory requirement for any systems offered on this Framework to have CE/UKCA Marking in accordance with UK Medical Devices Regulations 2002 at contract commencement.
Tendered devices must comply with the requirements and electrical safety document included within the tender. The equipment must comply with particular requirements for electrical safety set out in the International Electro technical IEC 60601-1:2005 standard, its subsequent corrigenda and amendments.
All X-ray equipment will comply with current radiation protection legislation and guidance including IRR17, IRMER 2017, HSE Guidance Note PM77 (3rd edition), IPEM Medical and Dental Guidance Notes (2002). Please note that it is a mandatory requirement for each Potential Framework Participant (or any of its subcontractors), as a minimum, operate to BS EN ISO 13485:2016+A11:2021 or ISO9001:2001 or equivalent.
Lots 1,2, 4 and 5.
Mandatory requirement for each Potential Framework Participant (or any of its subcontractors) to have a minimum of 1 fully trained and certificated engineer capable of servicing each equipment type they are offering to Participating Authorities.
It is a mandatory requirement that each Potential Framework Participant (or any of its subcontractors) must have the capability to respond to unscheduled service calls and have an engineer on Participating Authorities sites within 24 hours of request.
It is a mandatory requirement that each Potential Framework Participant (or any of its subcontractors) must have the capability to make spare parts for all equipment offered as part of this Framework Agreement available on a Participating Authorities site within 24 hours of fault diagnosis on such Participating Authorities Product.
Lots 1 and 2: 3rd Party and Installed Base maintenance.
Any fully comprehensive service contract for MR must not include any limitations on the supply of cryogens.
Lot 3: Bladder Scanner Supply and Maintenance.
It is a mandatory requirement that each Potential Framework Participant is able to provide a repair and maintenance service for their bladder scanners. Repairs must either be carried out on site or if using a return to base model must be complete and the unit returned to the customer within 14 days.
It is a mandatory requirement that training for clinical staff is provided with scanner purchase.
Equipment Installations:
For fixed equipment only, the electrical supply to the medical location (including essential power circuits and earth connection) to be compliant with the requirements of the IET wiring regulations, British Standard BS 7671:2018+A2:2022 and the Department of Health, Health Technical Memorandum HTM06-01 (2017), appropriate to the location group as specified in Annex A710 for the equipment being used.
Full info is available in the ITT.
III.2.2) Contract performance conditions: Public procurement – prompt payment in the supply chain: SPPN 2/2022
If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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:50IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2022/S 000-006717
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-08-19 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-08-19 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
This Framework Agreement will apply to all NHS Health Boards including NHS 24, NHS Education of Scotland, NHS Health Scotland, Healthcare Improvement Scotland, 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 of diagnostic imaging equipment, supply, maintenance and installation (“Products and Services”) 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 Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 and all NHS Scotland Dental and Orthodontic Practices which are members from time to time of the DenPro collaborative purchasing scheme managed by NSS National Procurement (information about Denpro is at all NHS Scotland Health Boards, Special Health Boards and the ), Kids OR () (collectively hereafter referred to as “Participating Authorities”), where applicable. The estimated values referred to in Section II.1.5 and 11.2.6 covers the 48 months contract duration.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21394 . For more information see:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is not anticipated that subcontractors will be used in the delivery of this framework.
Community benefits are included in this requirement. For more information see:
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 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 if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits 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 an approved compliant route to the realisation of community benefits.
For further information please visit NHSS Community Benefit Gateway at
(SC Ref:698601)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Sherriff Court House
Postal address: 27 Chambers Street
Town: Edinburgh
Postal code: EH1 1LB
Country: United Kingdom
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
Internet address:
VI.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.
VI.5) Date of dispatch of this notice:2022-06-30
More Opportunties
- 1965 e-learning Pro Licenses for NHS Arden & GEM CSU
13 Jun 25
Provision of e-learning Pro Licenses for NHS Arden & Greater East Midlands Commissioning Support Unit. This was procured using Crown Commercial Services: G-Cloud 14.> > - Aseptic Isolators and Cabinets
13 Jun 25
The main purpose of this framework is to supply aseptic isolators and cabinets to Pharmacy Aseptic Units where aseptic hazardous and non-hazardous products are prepared. Aseptic Isolators and laminar flow cabinets are commonly found in the pharmacy depart> > - Award Notification – Electricity Supply
13 Jun 25
Direct award from NEPO0301 Electricity Supply - this is a sole-supplier framework agreement> >