Construction Tenders

Tue April 30 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 16th Apr 2024

Tender Details
Referenceocds-h6vhtk-045275
Common Procurement VocabularyRepair and maintenance services of medical equipment
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 16th Apr 2024

Tender Details
Referenceocds-h6vhtk-045275
Common Procurement VocabularyRepair and maintenance services of medical equipment
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

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

Contact

Gordon Dickson

Email

gordon.dickson [at] nhs.scot

Telephone

+44 1313145522

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

Microbiology Testing Managed Service

Reference number

NSS000523

II.1.2) Main CPV code

  • 50421000 - Repair and maintenance services of medical equipment

II.1.3) Type of contract

Services

II.1.4) Short description

SNBTS requires a fully integrated microbiology testing system including all the mandatory and discretionary microbiology testing within a managed service. This includes the test kits, instrumentation and data management software to deliver a final result to the SNBTS information management system(s).

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50421000 - Repair and maintenance services of medical equipment

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

SNBTS collects approximately 160,000 blood and tissue donations each year, these are tested at the Jack Copland Centre in Edinburgh within the Manufacturing Department of SNBTS. The Manufacturing Department performs a wide range of testing services; these include the large-scale serological screening of blood and tissue donations for microbiological markers such as HBsAg, HCV, HIV and Syphilis. Discretionary testing of HTLV, HBc and CMV. There is also a requirement for smaller scale screening for malaria antibodies on selected donations.

SNBTS also requires a solution to allow archiving of samples.

After testing, the whole of the remaining PPT tube is archived. Hard copy of the result data is also retained for thirty (30) years. The electronic copy of the raw test data is maintained in archive databases and retained indefinitely. SNBTS is currently using “Item Tracker” (archiving database). The Supplier MUST provide a solution for creating appropriate plate maps for integration into “Item Tracker” in such a way that the sample is later retrievable.

During the course of the contract SNBTS may look to introduce additional testing/protocols into the contract. This would be in relation to the introduction of any new mandatory/discretionary markers. This would be fully discussed with the successful Supplier and SNBTS would expect the Supplier to provide options for inclusion in the contract.

Future Potential Impacts

SNBTS in line with other Blood Authorities will be starting to collect plasma for medicines (PFM) since the option to fractionate UK plasma has opened again.

PFM is expected to be 5 year phased implementation with minimal impact in the early years of the contract. (Up to 10% increase). SNBTS will update and work with the successful supplier or bidders where information is available throughout the process where known. Beyond 5 years there is likely to be a larger increase that will increase the contract.

Additional QC testing may be required as an impact of implementation of plasma for medicines. Dependant on the volume of testing SNBTS may wish to cease outsourcing of Total protein testing and source a suitable platform for use within SNBTS. Figures for this have yet to be defined however SNBTS would like to enter discussions to see if operationally it is viable to bring this in house. It is expected that this would be able to be accommodated with a modification of any contract put in place due to the estimated value of this testing.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The Authority shall be entitled, at its option, to continue this Agreement beyond the Initial Term for three (3) twelve (12) Contract Month periods subject to giving not less than nine (9) Contract Months’ notice to the Contractor.

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

As per Section 4B of the SPD Bidders must provide information on Economic and Financial Standing in the section of the SPD relating to this.

4B (1.71.3) – Last 3 years’ general/average turnover

Insurance Requirements:

4B (1.71.13)

Employer's (Compulsory) Liability: Five Million Pounds Sterling (GBP 5,000,000)

Public Liability: Five Million Pounds Sterling (GBP 5,000,000)

Product Liability: Five Million Pounds Sterling (GBP 5,000,000)

III.1.3) Technical and professional ability

List and brief description of selection criteria

As per Section 4C (question 1.74.3 - 4C.1.2) of the SPD Bidders must provide information on Services in the section of the SPD relating to this.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 May 2024

Local time

2:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

27 May 2024

Local time

12:00pm


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

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25803. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:758734)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom