Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 29th May 2025
Reference | ocds-h6vhtk-0528fa |
Common Procurement Vocabulary | Centrifuges |
Procurement Method | Open procedure |
Value | £325,000 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 29th May 2025
Reference | ocds-h6vhtk-0528fa |
Common Procurement Vocabulary | Centrifuges |
Procurement Method | Open procedure |
Value | £325,000 |
Section I: Contracting authority
I.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Scott Lawson
scott.lawson3 [at] nhs.scot
Telephone
+44 7483975228
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
SNBTS Blood Component Centrifuges
Reference number
NP05325
II.1.2) Main CPV code
- 42931000 - Centrifuges
II.1.3) Type of contract
Supplies
II.1.4) Short description
SNBTS require replacement of Thirteen (13) Blood Component Centrifuges to replace the existing equipment at SNBTS Jack Copland Centre, Edinburgh.
Blood Component Centrifuges are used during the processing of whole blood donations and secondary blood component manufacture.
Blood Component Centrifuges for the primary and secondary processing of Blood and blood components.
This Tender covers the purchase and installation of Thirteen (13) Blood Component Centrifuges. This includes the software, training, and equipment and associated maintenance required for their operation.
II.1.5) Estimated total value
Value excluding VAT: £325,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 42931100 - Laboratory centrifuges and accessories
- 42931110 - Floor-model centrifuges
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Scottish National Blood Transfusion Service
The Jack Copland Centre
52 Research Avenue North
Edinburgh
EH14 4BE
II.2.4) Description of the procurement
SNBTS require replacement of Thirteen (13) Blood Component Centrifuges to replace the existing equipment at SNBTS Jack Copland Centre.
Blood Component Centrifuges are used during the processing of whole blood donations and secondary blood component manufacture.
Blood Component Centrifuges for the primary and secondary processing of Blood and blood components.
This Tender covers the purchase and installation of Thirteen (13) Blood Component Centrifuges. This includes the software, training, and equipment and associated maintenance required for their operation.
The supplier shall act as the Principal Contractor and shall be responsible for the supply, installation and commissioning of the replacement Blood Component Centrifuges and associated equipment.
The contractor shall, before making an offer, examine the supplied drawings, take all necessary measurements and make provisions in his offer for all works shown or specified, or which can reasonably be inferred from the specification to be required. and for all incidental work of every description necessary for the completion of the contract in a thoroughly satisfactory and professional manner, as no claim will be recognised on grounds of lack of knowledge of the works involved.
SNBTS have the requirement that the winning bidder will be the sole point of contact for all maintenance and breakdown calls for all of the equipment to be supplied in this tender.
II.2.5) Award criteria
Quality criterion - Name: NHS Requirement / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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
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.
Minimum level(s) of standards possibly required
4B.1.1 Bidders will be required to have a minimum “general” yearly turnover of GBP650,000 for the last 3 years.
4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP650,000 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 = GBP5m
Public Liability Insurance = GBP5m
Product Liability Insurance = GBP5m
III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
- 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 FTS/OJEU Contract Notice.
— 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE/ UKCA 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 reoccurrence.
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
30 June 2025
Local time
10:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
30 June 2025
Local time
10:00am
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
The estimated values referred to in Section II.1.5 covers the 24 months contract duration, including warranty.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29133. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:798417)
VI.4) Procedures for review
VI.4.1) Review body
Sherriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
edinburgh [at] scotcourts.gov.uk
Telephone
+44 1312252525
Country
United Kingdom
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 contract 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 contract agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract agreement has been entered into include the setting aside of the decision to award the contract agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract agreement has been entered into will not affect the contract 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 contract agreement has been entered into are limited to the award of damages.