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
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