Section one: Contracting authority
one.1) Name and addresses
Scottish National Blood Transfusion Service
The Jack Copland Centre, 52 Research Avenue, Heriot-Watt Research Park
Edinburgh
EH14 4BE
Telephone
+44 1313145522
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12722
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
Primary Blood Grouping Analyser & Associated Consumables
Reference number
NSS222307
two.1.2) Main CPV code
- 50421000 - Repair and maintenance services of medical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
SNBTS wishes to contract for the provision of a managed service comprising the supply of Primary Blood Grouping Analysers, incorporating all equipment, test kits, reagents, relevant controls and calibrators, I.T.peripherals, delivery, installation, training and fully comprehensive systems maintenance
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
- UKM - Scotland
two.2.4) Description of the procurement
SNBTS wishes to contract for the provision of a managed service comprising the supply of Primary Blood Grouping Analysers, incorporating all equipment, test kits, reagents, relevant controls and calibrators, I.T.peripherals, delivery, installation, training and fully comprehensive systems maintenance.
Contract length - 5 years for with the option for five (5), twelve (12) month extensions.
Donor Testing is staffed 24/7 however the focus for Primary testing is from 07.00 to 16.00, Mondays to Saturday. All testing must be completed by 15.00 to allow labelling of the blood components.
SNBTS collects approximately 150,000 donations per year and approximately 10% of which are first time donors. Testing is performed on EDTA whole blood samples.
The new blood grouping system will be required to perform the following tests:
- ABO/RhD typing including all D Categories and reverse typing using A1 and B cells
- Antibody screen
- High titre anti-A/B screen
- Extended Rh phenotyping (C, c, E, e)
- K typing
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 Contract period shall be for an initial period of 60 months from the date of commencement of the Contract. SNBTS shall be entitled, at its option, to continue the period of the Contract for five (5) twelve (12) month extension periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
SNBTS may extend the contract for up to 5 x 12 month periods.
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 (1.72.2) – 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 1.75.3 - 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
12 September 2022
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
12 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Five (5), Twelve (12) month extensions will be allowed.
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 20939. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:690231)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom