Opportunity

PCR Sample Collection Devices and Consumables

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

F02: Contract notice

Notice reference: 2022/S 000-007197

Published 16 March 2022, 2:37pm



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

Elaine.fingland@nhs.scot

Telephone

+44 1698794410

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

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

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

PCR Sample Collection Devices and Consumables

Reference number

NP86621

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The supply of sample collection and transportation devices and related consumables, to support Molecular PCR testing platforms across all of NHS Scotland’s National Laboratory Estate. Tubes are prefilled with a range of transport mediums, individually and also as a Sample Collection Kit (IVD peel pouch kit, containing prefilled tube + sterile swab), individual sterile swabs, replacement coloured screw caps, lysis buffer and associated consumables.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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

Individual Tubes containing prefilled level of Viral Transport Medium (VTM)- green screw top caps

Lot No

1

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKM - Scotland
Main site or place of performance

NHS Scotland

two.2.4) Description of the procurement

The supply of Individual Tubes containing prefilled level of Viral Transport Medium (VTM)- green screw top caps

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extension available

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

two.2) Description

two.2.1) Title

Sample Collection Kit (in Peel Pouch format), tube containing pre filled level of Viral Transport Medium (VTM )with Green screw top cap and Sterile Swab with Break point

Lot No

2

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

NHS Scotland

two.2.4) Description of the procurement

The supply of Sample Collection Kit (in Peel Pouch format), tube containing pre filled level of Viral Transport Medium (VTM )with Green screw top cap and Sterile Swab with Break point

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extension available

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

two.2) Description

two.2.1) Title

Individual Tubes containing pre filled level of Inactivation Medium with Red screw top cap.

Lot No

3

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

NHS Scotland

two.2.4) Description of the procurement

The supply of Individual Tubes containing pre filled level of Inactivation Medium with Red screw top cap.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available

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

two.2) Description

two.2.1) Title

PCR Sample Collection Kit (tube + swab) in Peel Pouch format, containing pre filled level of Inactivation Medium with Red screw top cap and Sterile Dry Swab with Break point

Lot No

4

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

NHS Scotland

two.2.4) Description of the procurement

The supply of PCR Sample Collection Kit (tube + swab) in Peel Pouch format, containing pre filled level of Inactivation Medium with Red screw top cap and Sterile Dry Swab with Break point

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extension available

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

two.2) Description

two.2.1) Title

INDIVIDUAL STERILE DRY SWABS with Break Point

Lot No

5

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

NHS Scotland

two.2.4) Description of the procurement

The supply of INDIVIDUAL STERILE DRY SWABS with Break Point

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available

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

two.2) Description

two.2.1) Title

PCR Various laboratory testing consumables

Lot No

6

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

NHS Scotland

two.2.4) Description of the procurement

The supply of Various laboratory testing consumables for PCR testing

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available

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.1.1) 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) Regulation 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:

Employers (compulsory) liability insurance = GBP 5 000 000

— public liability insurance = GBP 5 000 000

— professional indemnity insurance = GBP 2 000 000

— product liability insurance = GBP 5 000 000.

three.1.2) Economic and financial standing

List and brief description of selection criteria

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

Suppliers responses will be completed within the ITT, with the use of the open procedure and exclusion based on inability to demonstrate ability to service NHSS requirements satisfactorily.

Minimum level(s) of standards possibly required:

The following requirements will all be mandatory within the ITT, suppliers who cannot meet these requirements will be excluded:

Latex Free

Product Traceability

Sterile Products

CE/UKCA Marking

MDD Compliant

EN ISO 18113-1:2011 In Vitro Diagnostic Medical Devices

BSEN ISO13485 Certification

Change Control

Minimum Stock Holdings

Provide Clinical References

Storage/Shelf Life documentation

UK Reach Regulation Compliant

Clinical Evidence based on Inactivation Medium

Inactivation Targets


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 4

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

19 April 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 April 2022

Local time

1:00pm


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

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This framework agreement will apply:

Golden Jubilee Hospital (National Waiting Times Centre Board)

NHS 24

NHS Ayrshire and Arran

NHS Borders

NHS Dumfries and Galloway

NHS Education of Scotland

NHS Fife

NHS Forth Valley

NHS Grampian

NHS Greater Glasgow and Clyde

NHS Health Scotland

NHS Highland

NHS Lanarkshire

NHS Lothian

NHS Orkney

Healthcare Improvement Scotland

Public Health Scotland

NHS Shetland

NHS Tayside.

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of (add description here...) (‘Products’) on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is - 43652

For more information http://www.publiccontractsscotland.gov.uk/info/infocentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is - 43652. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:615257).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43652. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits Clauses

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 -

https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

(SC Ref:686590)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

ML9 2QX

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom