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
Temperature Mapping Kits
two.1.2) Main CPV code
- 38126300 - Temperature or humidity surface observing apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
SNBTS requires to procure temperature mapping kits to allow temperature controlled environments to be mapped in line with Good Manufacturing Practice (GMP) and the Blood Safety and Quality Regulations (BSQR).
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
SNBTS requires to procure temperature mapping kits to allow temperature controlled environments to be mapped in line with Good Manufacturing Practice (GMP) and the Blood Safety and Quality Regulations (BSQR).
Temperature mapping is a regulatory requirement non-specifically referred to in GMP in sections such as validation and elsewhere e.g. EudraLex, vol 4, 3.19: “Where special storage conditions are required (e.g. temperature, humidity) these should be provided, checked and monitored.”
Mappings typically require a minimum of 24 hours for a single system (incubator, fridge etc); to 2 days for cold rooms using dual refrigeration systems (evaporators and condensers). Cold rooms require a minimum of 3 days per refrigeration system. Warehouse areas require a minimum of 7 days, with mappings carried out at different frequencies to capture seasonal changes.
SNBTS can be required to complete in excess of 400 mapping events per year. This is for mainly annual mapping but also incorporates additional mapping events as required. It is estimated that a typical week will require completion of 5 maps per week, per technician (with up to 2 technicians performing mappings). It should be noted that larger areas may require the use of multiple mapping kits due to the large number of temperature probes / data loggers required to ensure complete coverage of the temperature controlled storage area.
Mapping kits and their associated software must be able to support a quick turnaround for mapping events. With respect to the hardware, equipment should facilitate easy programming and set-up prior to use, with online interrogation of data. Software should facilitate quick and easy retrieval of data which can be compiled into a single report which covers all of the probes with statistical analysis (min / max / average temperatures for each probe) without requiring manual manipulation of data to determine the overall results. The reporting software should also be able to provide a ‘Pass’ / ‘Fail’ decision based on the initial programmed details and the data captured.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
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
SNBTS shall be entitled, at its option, to continue the period of the Contract for three (3) twelve (12) month extension periods subject to giving not less than six (6) months’ notice to the successful Bidder, such notice to expire not later than the date upon which the Contract would otherwise have expired.
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 (1.71.2) – 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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 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
14 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
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19976. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:674266)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom