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
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