Tender

Red Cell Serology

  • Scottish National Blood Transfusion Service

F02: Contract notice

Notice identifier: 2021/S 000-026222

Procurement identifier (OCID): ocds-h6vhtk-02c6a8

Published 20 October 2021, 10:05am



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

Email

gordon.dickson@nhs.scot

Telephone

+44 1313145522

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotblood.co.uk/

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

Red Cell Serology

Reference number

NSS212204

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 Integrated Red Cell Serology Testing technology, incorporating all equipment, test kits, reagents, relevant controls and calibrators, I.T.peripherals, delivery, installation, training and fully comprehensive systems maintenance.

The intention is to split the procurement into 2 separate Lots:

Lot 1 for Patient Services

Lot 2 for Donation Testing.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1

Lot 2

two.2) Description

two.2.1) Title

Red Cell Serology - Donation Testing

Lot No

2

two.2.2) Additional CPV code(s)

  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The Donation Testing Directorate requires a solution in Edinburgh (JCC) to perform automated testing. Indicative numbers of samples per annum are as follows:

- IAT Screening of donors (Triple Screen) – 15,000 samples

- Full ID panel – 300 samples

- DAT – 2500 samples

- ABO RhD – 2,250 samples

- Titre (1/50) – 300 samples

- Extended phenotype (Under consideration*)

*Donor Testing have an interest in a cost effective solution to automate extended phenotyping including Fya, Fyb, Jka, Jkb, M, S, s

Present demand for this test is driven by clinical requirements and can be quite variable each day. Time of testing each day is also variable.

Current testing is performed and reported against red book recommendations.

Donation Testing hours of operation are as follows:

Working day - 07:00am hours to 16:00pm hours Monday to Sunday (inclusive)

SNBTS would expect that customer support would be available during the laboratories core operating hours of 9.00am – 17.00pm, Monday – Friday, any proposed solution must ensure a robust level of resilience to maintain continuous service delivery to our users on each site

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

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 nine (9) 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

two.2) Description

two.2.1) Title

Red Cell Serology - Patient Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The five SNBTS Clinical laboratories provide comprehensive, 24 hours per day Blood Banking Services to their host hospitals. Reference work is undertaken for other hospitals in each area. The laboratories vary considerably in size, throughput and the range of tests performed. Thus the equipment needed at each site must be tailored to each laboratory’s needs but yet deliver single system working across SNBTS wherever possible.

A range of patient samples including paediatric, and increasing numbers of monoclonal therapy patients are referred for serological investigation by automated and manual testing. Testing is primarily performed on patient’s EDTA plasma samples but equipment/assays must be validated for EDTA and serum sample types.

; tests performed are:

- ABO RhD and K

- IAT screening (triple screen)

- DAT

- Antibody ID panel

- Serial titrations

- Phenotyping

Indicative numbers of samples tested per annum by each centre are as follows:

Edinburgh – 61,000 samples

Glasgow – 2,800 samples, predominantly samples referred for specialist serological investigation

Dundee – 39,000 samples

Inverness – 18,000 samples

Aberdeen – 51,000 samples

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 nine (9) 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 ESPD Bidders Must provide information on Economic and Financial Standing in the section of the ESPD 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 ESPD Bidders Must provide information on Services in the section of the ESPD 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-016182

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

Date

29 November 2021

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

29 November 2021

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

Electronic invoicing will be accepted

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19358. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:662643)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom