Tender

Microbiological Safety Cabinets

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice identifier: 2023/S 000-002829

Procurement identifier (OCID): ocds-h6vhtk-03a136

Published 30 January 2023, 4:18pm



Section one: Contracting authority

one.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

Email

gordon.dickson@nhs.scot

Telephone

+44 1312757454

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

one.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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Microbiological Safety Cabinets

Reference number

NSS222358

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

Replacement of Class II Microbiological safety cabinets within the Grade B cleanrooms.

3x 1.2 metre Microbiological Safety Cabinets and

2x 1.8 metre Microbiological Safety Cabinets.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

As part of the equipment replacement programme at SCRM it has been identified that the Class II Microbiological safety cabinets within the Grade B cleanrooms require replacement The contract will cover for the provision of the new equipment and maintenance.

3x 1.2 metre Microbiological Safety Cabinets and

2x 1.8 metre Microbiological Safety Cabinets.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

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

Duration in months

60

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 five (5) twelve (12) Contract Month periods subject to giving not less than six (6) Contract Months’ notice to the Contractor.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 (1.71.2) – Last 3 years’ turnover

4B (1.71.5) - Last 3 years turnover

Insurance Requirements:

4B (1.72.12)

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)

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per Section 4C (question 1.74.2 - 4C.1.2) of the SPD Bidders must provide information on Services in the section of the SPD relating to this.

Question Description

Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:

(Examples from both public and/or private sector customers and clients may be provided)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

2 March 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23166. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:719309)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom