Tender

Temperature Mapping Kits

  • Scottish National Blood Transfusion Service

F02: Contract notice

Notice identifier: 2021/S 000-029677

Procurement identifier (OCID): ocds-h6vhtk-02fb5e

Published 30 November 2021, 12:34pm



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.net

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

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

Internet address

http://www.scotblood.co.uk/