Opportunity

Scottish National Blood Transfusion Service (SNBTS) eValidation System

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice reference: 2021/S 000-029458

Published 26 November 2021, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Email

michael.walker3@nhs.scot

Telephone

+44 1698794410

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Scottish National Blood Transfusion Service (SNBTS) eValidation System

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NSS), is seeking to procure software and support services for an eValidation solution. SNBTS is the specialist provider of safe high quality blood, tissue and cell products and services in Scotland. The key priority is to ensure that NHSScotland has enough blood to meet the transfusion needs of patients in Scotland.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NSS), seeks to procure software and support services for an eValidation solution. SNBTS is the specialist provider of safe high quality blood, tissue and cell products and services in Scotland. The key priority is to ensure that NHSScotland has enough blood to meet the transfusion needs of patients in Scotland.

NSS wishes, on behalf of NHSScotland, to purchase support services for the eValidation System and other services associated with the software. NSS therefore invites tenders for the provision of these services from those economic operators who are interested and capable to provide these services.

The operational and functional requirement for the services is based on the requirements as contained in Appendix 1 of the Invitation to Tender (ITT). It is anticipated that NSS will enter into a contract in the form contained in Appendix 4 of the ITT. The contract will be a seven year (7) term with the option of a yearly annual extension thereafter plus break options at the end of years three (3), four (4), five (5) and six (6).

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements / Weighting: 45

Quality criterion - Name: Non-functional Requirements / Weighting: 30

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £350,000

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

Optional annual renewal following initial seven year term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Optional annual renewal following initial seven year term.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All suppliers bidding for this requirement must submit a completed Single Procurement Document (SPD), which can be found within project 20171 on PCS-Tender.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

SPD Q.4B.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years.

Where any are risks identified by the Authority as part of the due diligence carried out on the above information the Authority may require bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to:

- parent company accounts (if applicable)

- deeds of guarantee

- bankers statements and references

- accountants’ references

- management accounts

- financial projections, including cash flow forecasts

- details and evidence of previous contracts, including contract values

- capital availability.

Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.

Q.4B.5.1 and Q.4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers liability insurance: 5 000 000 GBP;

Public liability insurance: 1 000 000 GBP;

Professional indemnity insurance: 1 000 000 GBP.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

SPD 4C.1.2 Please provide details of three relevant examples of services carried out during the last three years.

4.C.2 Bidders will be required to confirm details of the technicians or technical bodies such as ISO or equivalent who they can call upon, especially those responsible for quality control. Please provide examples such as the following:

- Cyber Essentials

- ISO 9001 - Quality Management Systems

- ISO 27001 - Information Security Management

- ISO 27017 - Code of practice for information security controls

- ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors

- UK Government 14 Cloud Security Principles

Please state the relevance of any such educational and professional qualifications.

4C.6: Bidders will be required to confirm that they and/or the service provider have relevant educational and professional qualifications such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the services outlined in the Contract Notice.Please state the relevance of any such educational and professional qualifications.

And:

4C.6.1: Bidders will be required to confirm that they and/or the service provider's managerial staff have relevant educational and professional qualifications such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the services outlined in the Contract Notice.

Please state the relevance of any such educational and professional qualifications.

4C.7: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

Compliance with the Waste Electrical and Electronic Equipment Directive (WEEE).

4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


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

10 January 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

10 January 2022

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

Electronic payment will be used

six.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.

Public Bodies in Scotland are adopting fair work practices, which include:

— a fair and equal pay policy that includes a commitment to supporting the living wage, including, for example being a living wage

accredited employer;

— clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment

to modern apprenticeships and the development of Scotland's young workforce;

— promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such

as age, gender, religion or belief, race, sexual orientation and disability;

— support for learning and development;

— stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use

of zero-hours contracts;

— flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and

wider work life balance;

— support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise

alternative arrangements to give staff an effective voice.

In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.

Bidders will need to describe how they will commit to fair work practices for workers (including any agency or subcontractor workers) engaged in the delivery of this contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20171. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The supplier must outline any community benefits which will be provided during the term of this contract.

(SC Ref:674699)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.