Tender

Automated NAT Assay System

  • Scottish National Blood Transfusion Service

F02: Contract notice

Notice identifier: 2021/S 000-028438

Procurement identifier (OCID): ocds-h6vhtk-02f685

Published 15 November 2021, 11:15am



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

Automated NAT Assay System

Reference number

NSS212241

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

SNBTS wishes to contract for the provision of an automated NAT assay system, 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
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

SNBTS wishes to contract for the provision of an automated NAT assay system, incorporating all equipment, test kits, reagents, relevant controls and calibrators, I.T peripherals, delivery, installation, training and fully comprehensive systems maintenance.

The SNBTS NMRU (National Microbiological Reference Unit) provides confirmatory and screening services for blood borne infections that can be acquired through transfusion and transplantation, in addition the NMRU perform look-back investigations on confirmed positive donors and suspected transfusion transmitted infections (TTIs).

NMRU currently use in-house assimilated assays for HCV, HIV and HBV NAT testing. These are fully validated and have been used within SNBTS for many years. The assays involve two stages; nucleic acid extraction and polymerase chain amplification (PCR).

In addition to the need to replace the current PCR platform (which will involve replacement of current assays) used for HCV, HIV & HBV NAT in NMRU, it is anticipated that the number of HBV NAT assays performed will increase significantly after SaBTO recommend anti-HBc screening for blood donors. Anti-HBc screening will generate a significant number of confirmatory HBV NAT tests and HBV NAT tests associated with lookback investigation on donors confirmed to be anti-HBc reactive. This will increase the NMRU annual workload for HBV NAT tests significantly (100 test cf. 2000-3000 in year 1 of anti-HBc screening, 1000 in year 2 and 500 in subsequent years).

Therefore, a small scale automated platform will be essential for NMRU to cope with the increased volume of HBV NAT testing due to the implementation of anti-HBc screening testing

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

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 three (3) twelve (12) Contract Month periods subject to giving not less than six (6) Contract Months’ notice to the Contractord

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 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

Insurance Requirements:

4B (1.71.12)

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 1.74.3 - 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

22 December 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

22 December 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 19959. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:671541)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom