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
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
Clinical Apheresis
Reference number
NSS222357
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The contract will cover the provision of Cell Separator and Photopheresis Machines, operating software, maintenance and associated consumables.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Therapeutic apheresis (lot 1 & 2)
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 1 & 2 are for Therapeutic Apheresis (Cell Separator) machines, operating software, maintenance and associated kits / consumables.
Therapeutic Apheresis to include –
- Cell collection
- Plasma exchange
- Red cell exchange
- Red cell depletion/exchange
- Platelet reduction
- White cell reduction.
SNBTS perform approximately 1,500 therapeutic procedures per annum.
- Approximately 70% of procedures are made up of exchanges,
- Approximately 30% of procedures are made up of collections.
SNBTS currently have a total of 17 machines and require to replace 16 machines as part of the initial award. To ensure that procedures can be performed in all SNBTS centres SNBTS will look to award 50% of the number of machines required to each winning bidder in lot 1 & lot 2 SNBTS reserve the right to take up an option of an additional machine at some stage during the contract period.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.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 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: Yes
Description of options
SNBTS reserve the right to take up the option of additional machines if required.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Photopheresis (lot 3)
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
SNBTS provides extracorporeal photopheresis (ECP) out of its Clinical Apheresis Units (CAU) in the West of Scotland and the South-East of Scotland. SNBTS perform approximately 409 ECP procedures per annum. Lot 3 for photopheresis will be a single award to 1 supplier. SNBTS currently have a total of 3 machines and require to replace all 3 machines. SNBTS reserve the right to take up an option of an additional machine at some stage during the contract period.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.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 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: Yes
Description of options
SNBTS reserve the right to take up the option of additional machines if required.
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
11 April 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
11 April 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 23393. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:723776)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom