Award

Provision of a Managed Diagnostic and Laboratory Service

NHS GRAMPIAN

This public procurement record has 3 releases in its history.

Award

11 Dec 2019 at 00:00

TenderUpdate

04 Jul 2017 at 00:00

Tender

29 Jun 2017 at 00:00

Summary of the contracting process

NHS Grampian has completed the procurement process for the "Provision of a Managed Diagnostic and Laboratory Service," focusing on health services based in Aberdeen, UK. This initiative, classified under the services category, involved three distinct lots: Biochemistry and Pathology, Haematology and Immunology, and Bacteriology and Virology. Key milestones included the contract being signed on 18th November 2019, following a selective procurement method employing a restricted procedure. The successful supplier for all lots was Abbott Laboratories Ltd, who is responsible for delivering comprehensive managed services in these areas.

This contract presents significant opportunities for businesses operating in the health sector, particularly those providing laboratory services, medical equipment, or consumables. Firms with expertise in managed services, advanced diagnostic technologies, and a commitment to quality assurance will find themselves well-positioned to compete in future tenders of similar nature. Additionally, companies that can demonstrate experience in collaborative arrangements and compliance with rigorous health and safety standards will be particularly attractive to organisations like NHS Grampian.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of a Managed Diagnostic and Laboratory Service

Notice Description

NHS Grampian (NHSG) seeks laboratory solutions delivered on a managed services basis for its diagnostic and laboratory services. NHSG's requirements are divided into three (3) lots, as follows: Lot 1 - Biochemistry and Pathology (Histopathology and Cytopathology) Lot 2 - Haematology and Immunology Lot 3 - Bacteriology and Virology The successful Bidder in each Lot will be responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the Managed Services and for provision of all consumables used in connection therewith. It is intended an award will be made to one successful Bidder in each Lot who will be a prime contractor assuming full responsibility for provision of all the Managed Services to NHSG in that Lot. The successful Bidder shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Bidder to meet this commitment.

Lot Information

Biochemistry and Pathology (Histopathology and Cytopathology)

NHS Grampian (NHSG) Biochemistry and Pathology (Histopathology and Cytopathology) laboratories seek the provision of the majority of analyses performed within NHSG Clinical Biochemistry and Pathology Departments within the Directorate of Laboratory Medicine on a Managed Services basis. NHSG is looking to benefit from the experience of commercial companies in innovative service delivery for their laboratories at Aberdeen Royal Infirmary (ARI) and Dr Gray's Hospital. Clinical Biochemistry At the ARI site replace the existing analysers and automation and introduce a new system and new equipment that will minimise manual intervention in specimen processing through the use of run-through labelling, fully automated pre-analytical, analytical and post-analytical systems, connected to a single track with on-line centrifugation. At Dr Gray's, provide off-line sample storage and archive solution, via the middleware, with full visibility of location of specimens forwarded to ARI for further analysis. At both sites - Deliver process improvements and operational efficiencies that in turn facilitate more efficient workforce planning and 24/7 working Provide common instrumentation and middleware to facilitate contingency planning and cross site transfer of work Provide a resource to develop business generation and innovation opportunities Reduce the administrative burden required to meet UKAS accreditation Incorporate existing LC MS/MS, Capillary GC and HPLC equipment into the new service provision allowing for replacement over the 10 year term. It is expected that Bidders will be able to demonstrate the solutions offered in situations similar to those proposed for NHSG. Pathology (Histopathology and Cytopathology) The department requires changes to the layout of the department which enable the implementation of a lean workflow from sample receipt to archive. An automated solution is required where possible at each stage of the process. It is expected that the equipment offered will enhance the specimen pathway process e.g. through a tracking system, as well as pre and post-analytical processes and be compatible with current/future LIMS systems. It is expected that the solutions should minimise/eliminate exposure to hazardous reagents.. 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

Options: The contract documents details the options which NHS Grampian wishes tendered and which NHS Grampian may wish to purchase and details the basis upon which these may be purchased.

Renewal: Extension of the term of the Managed Services contract up to a maximum of 24 months will be at the discretion of NHS Grampian

Haematology and Immunology

NHS Grampian (NHSG) Haematology and Immunology Laboratory services seek Managed Services to provide the majority of analyses performed within NHSG's Haematology and Immunology Departments within the Directorate of Laboratory Medicine. NHSG is looking to benefit from the experience of commercial companies in innovative service delivery for their laboratories at Aberdeen Royal Infirmary (ARI) and Dr Gray's Hospital. At the ARI site, the Haematology solution will replace existing analysers and automation and deliver a new system that will minimise manual intervention in specimen processing through the use of run-through labelling, fully automated pre-analytical, analytical and post-analytical systems, connected to a single track with on-line centrifugation. It will facilitate 24/7 working and allow for minimal intervention in both the archiving and retrieving from refrigerated storage. At Dr Gray's, replace the existing FBC and coagulation analysers with identical instrumentation and middleware to that at ARI. At both sites - Deliver process improvements and operational efficiencies that in turn facilitate more efficient workforce planning and 24/7 working. Provide common instrumentation, and middleware to facilitate contingency planning and cross site transfer of work. Provide a resource to develop business generation and innovation opportunities. Reduce the administrative burden required to meet UKAS accreditation. The Immunology solution will Improve the workflow within the laboratory, improve laboratory testing through new technologies and reduce the administrative burden required to meet UKAS accreditation.. 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

Options: The contract shalls detail the options which NHS Grampian wishes tendered and which NHS Grampian may wish to purchase and details the basis upon which these may be purchased.

Renewal: Extension of the term of the Managed Services contract up to a maximum of 24 months will be at the discretion of NHS Grampian

Bacteriology and Virology

NHS Grampian Bacteriology and Virology laboratory services is seeking a Contractor to supply equipment and reagents including culture media, to provide an appropriate managed Microbiology diagnostic service, including bacteriology, serological and molecular diagnostic service. The Contract will be based on current provision but with awareness of likely annual workload changes (both increases and decreases are possible). Automated equipment is required to update current methods and improve the efficiency of the service provided.. 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

Options: The contract documents details the options which NHS Grampian wishes tendered and which NHS Grampian may wish to purchase and details the basis upon which these may be purchased.

Renewal: Extension of the term of the Managed Services contract up to a maximum of 24 months will be at the discretion of NHS Grampian.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000468592
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375077
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71900000 - Laboratory services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£42,955,387 £10M-£100M

Notice Dates

Publication Date
11 Dec 20196 years ago
Submission Deadline
31 Jul 2017Expired
Future Notice Date
Not specified
Award Date
18 Nov 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS GRAMPIAN
Contact Name
Procurement Department
Contact Email
grampian.procurement@nhs.net, sheila.macindoe@nhs.net
Contact Phone
+44 8454566000

Buyer Location

Locality
ABERDEEN
Postcode
AB15 6RE
Post Town
Aberdeen
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM5 North Eastern Scotland
Small Region (ITL 3)
TLM50 Aberdeen City and Aberdeenshire
Delivery Location
TLM5 North Eastern Scotland

Local Authority
Aberdeen City
Electoral Ward
Kingswells/Sheddocksley/Summerhill
Westminster Constituency
Aberdeen North

Supplier Information

Number of Suppliers
1
Supplier Name

ABBOTT LABORATORIES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288059
    Provision of a Managed Diagnostic and Laboratory Service - NHS Grampian (NHSG) seeks laboratory solutions delivered on a managed services basis for its diagnostic and laboratory services. NHSG's requirements are divided into three (3) lots, as follows: Lot 1 - Biochemistry and Pathology (Histopathology and Cytopathology) Lot 2 - Haematology and Immunology Lot 3 - Bacteriology and Virology The successful Bidder in each Lot will be responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the Managed Services and for provision of all consumables used in connection therewith. It is intended an award will be made to one successful Bidder in each Lot who will be a prime contractor assuming full responsibility for provision of all the Managed Services to NHSG in that Lot. The successful Bidder shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Bidder to meet this commitment.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375077
    Provision of a Managed Diagnostic and Laboratory Service - NHS Grampian (NHSG) seeks laboratory solutions delivered on a managed services basis for its diagnostic and laboratory services. NHSG's requirements are divided into three (3) lots, as follows: Lot 1 - Biochemistry and Pathology (Histopathology and Cytopathology) Lot 2 - Haematology and Immunology Lot 3 - Bacteriology and Virology The successful Bidder in each Lot will be responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the Managed Services and for provision of all consumables used in connection therewith. It is intended an award will be made to one successful Bidder in each Lot who will be a prime contractor assuming full responsibility for provision of all the Managed Services to NHSG in that Lot. The successful Bidder shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Bidder to meet this commitment.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000468592-2019-12-11T00:00:00Z",
    "date": "2019-12-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000468592",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-92",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "contactPoint": {
                "name": "Procurement Department",
                "email": "sheila.macindoe@nhs.net",
                "telephone": "+44 8454566000",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsgrampian.org"
            }
        },
        {
            "id": "org-27",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "contactPoint": {
                "name": "Procurement Department",
                "email": "sheila.macindoe@nhs.net",
                "telephone": "+44 8454566000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nhsgrampian.org"
            }
        },
        {
            "id": "org-148",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "contactPoint": {
                "name": "Procurement Department",
                "email": "grampian.procurement@nhs.net",
                "telephone": "+44 8454566000",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsgrampian.org"
            }
        },
        {
            "id": "org-149",
            "name": "Abbott Laboratories Ltd",
            "identifier": {
                "legalName": "Abbott Laboratories Ltd"
            },
            "address": {
                "streetAddress": "Abbott House, Vanwall Business Park, Vanwall Road, Maidenhead, Berkshire",
                "locality": "Maidenhead",
                "region": "UK",
                "postalCode": "SL6 4XE"
            },
            "contactPoint": {
                "telephone": "+44 1628644195",
                "faxNumber": "+44 1628644510"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "NHS Grampian",
        "id": "org-148"
    },
    "tender": {
        "id": "OC009-16",
        "title": "Provision of a Managed Diagnostic and Laboratory Service",
        "description": "NHS Grampian (NHSG) seeks laboratory solutions delivered on a managed services basis for its diagnostic and laboratory services. NHSG's requirements are divided into three (3) lots, as follows: Lot 1 - Biochemistry and Pathology (Histopathology and Cytopathology) Lot 2 - Haematology and Immunology Lot 3 - Bacteriology and Virology The successful Bidder in each Lot will be responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the Managed Services and for provision of all consumables used in connection therewith. It is intended an award will be made to one successful Bidder in each Lot who will be a prime contractor assuming full responsibility for provision of all the Managed Services to NHSG in that Lot. The successful Bidder shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Bidder to meet this commitment.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71900000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North East Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM5"
                    },
                    {
                        "region": "UKM5"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71900000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North East Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM5"
                    },
                    {
                        "region": "UKM5"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "71900000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North East Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM5"
                    },
                    {
                        "region": "UKM5"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-07-31T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL288059",
                "documentType": "contractNotice",
                "title": "Provision of a Managed Diagnostic and Laboratory Service",
                "description": "NHS Grampian (NHSG) seeks laboratory solutions delivered on a managed services basis for its diagnostic and laboratory services. NHSG's requirements are divided into three (3) lots, as follows: Lot 1 - Biochemistry and Pathology (Histopathology and Cytopathology) Lot 2 - Haematology and Immunology Lot 3 - Bacteriology and Virology The successful Bidder in each Lot will be responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the Managed Services and for provision of all consumables used in connection therewith. It is intended an award will be made to one successful Bidder in each Lot who will be a prime contractor assuming full responsibility for provision of all the Managed Services to NHSG in that Lot. The successful Bidder shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Bidder to meet this commitment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288059",
                "format": "text/html"
            },
            {
                "id": "DEC375077",
                "documentType": "awardNotice",
                "title": "Provision of a Managed Diagnostic and Laboratory Service",
                "description": "NHS Grampian (NHSG) seeks laboratory solutions delivered on a managed services basis for its diagnostic and laboratory services. NHSG's requirements are divided into three (3) lots, as follows: Lot 1 - Biochemistry and Pathology (Histopathology and Cytopathology) Lot 2 - Haematology and Immunology Lot 3 - Bacteriology and Virology The successful Bidder in each Lot will be responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the Managed Services and for provision of all consumables used in connection therewith. It is intended an award will be made to one successful Bidder in each Lot who will be a prime contractor assuming full responsibility for provision of all the Managed Services to NHSG in that Lot. The successful Bidder shall be solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful Bidder to meet this commitment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375077",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Biochemistry and Pathology (Histopathology and Cytopathology)",
                "description": "NHS Grampian (NHSG) Biochemistry and Pathology (Histopathology and Cytopathology) laboratories seek the provision of the majority of analyses performed within NHSG Clinical Biochemistry and Pathology Departments within the Directorate of Laboratory Medicine on a Managed Services basis. NHSG is looking to benefit from the experience of commercial companies in innovative service delivery for their laboratories at Aberdeen Royal Infirmary (ARI) and Dr Gray's Hospital. Clinical Biochemistry At the ARI site replace the existing analysers and automation and introduce a new system and new equipment that will minimise manual intervention in specimen processing through the use of run-through labelling, fully automated pre-analytical, analytical and post-analytical systems, connected to a single track with on-line centrifugation. At Dr Gray's, provide off-line sample storage and archive solution, via the middleware, with full visibility of location of specimens forwarded to ARI for further analysis. At both sites - Deliver process improvements and operational efficiencies that in turn facilitate more efficient workforce planning and 24/7 working Provide common instrumentation and middleware to facilitate contingency planning and cross site transfer of work Provide a resource to develop business generation and innovation opportunities Reduce the administrative burden required to meet UKAS accreditation Incorporate existing LC MS/MS, Capillary GC and HPLC equipment into the new service provision allowing for replacement over the 10 year term. It is expected that Bidders will be able to demonstrate the solutions offered in situations similar to those proposed for NHSG. Pathology (Histopathology and Cytopathology) The department requires changes to the layout of the department which enable the implementation of a lean workflow from sample receipt to archive. An automated solution is required where possible at each stage of the process. It is expected that the equipment offered will enhance the specimen pathway process e.g. through a tracking system, as well as pre and post-analytical processes and be compatible with current/future LIMS systems. It is expected that the solutions should minimise/eliminate exposure to hazardous reagents.. 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",
                "status": "complete",
                "options": {
                    "description": "The contract documents details the options which NHS Grampian wishes tendered and which NHS Grampian may wish to purchase and details the basis upon which these may be purchased."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extension of the term of the Managed Services contract up to a maximum of 24 months will be at the discretion of NHS Grampian"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Information Technology",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Haematology and Immunology",
                "description": "NHS Grampian (NHSG) Haematology and Immunology Laboratory services seek Managed Services to provide the majority of analyses performed within NHSG's Haematology and Immunology Departments within the Directorate of Laboratory Medicine. NHSG is looking to benefit from the experience of commercial companies in innovative service delivery for their laboratories at Aberdeen Royal Infirmary (ARI) and Dr Gray's Hospital. At the ARI site, the Haematology solution will replace existing analysers and automation and deliver a new system that will minimise manual intervention in specimen processing through the use of run-through labelling, fully automated pre-analytical, analytical and post-analytical systems, connected to a single track with on-line centrifugation. It will facilitate 24/7 working and allow for minimal intervention in both the archiving and retrieving from refrigerated storage. At Dr Gray's, replace the existing FBC and coagulation analysers with identical instrumentation and middleware to that at ARI. At both sites - Deliver process improvements and operational efficiencies that in turn facilitate more efficient workforce planning and 24/7 working. Provide common instrumentation, and middleware to facilitate contingency planning and cross site transfer of work. Provide a resource to develop business generation and innovation opportunities. Reduce the administrative burden required to meet UKAS accreditation. The Immunology solution will Improve the workflow within the laboratory, improve laboratory testing through new technologies and reduce the administrative burden required to meet UKAS accreditation.. 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",
                "status": "complete",
                "options": {
                    "description": "The contract shalls detail the options which NHS Grampian wishes tendered and which NHS Grampian may wish to purchase and details the basis upon which these may be purchased."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extension of the term of the Managed Services contract up to a maximum of 24 months will be at the discretion of NHS Grampian"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Information Technology",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Bacteriology and Virology",
                "description": "NHS Grampian Bacteriology and Virology laboratory services is seeking a Contractor to supply equipment and reagents including culture media, to provide an appropriate managed Microbiology diagnostic service, including bacteriology, serological and molecular diagnostic service. The Contract will be based on current provision but with awareness of likely annual workload changes (both increases and decreases are possible). Automated equipment is required to update current methods and improve the efficiency of the service provided.. 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",
                "status": "complete",
                "options": {
                    "description": "The contract documents details the options which NHS Grampian wishes tendered and which NHS Grampian may wish to purchase and details the basis upon which these may be purchased."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extension of the term of the Managed Services contract up to a maximum of 24 months will be at the discretion of NHS Grampian."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Information Technology",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-08-11T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established"
                },
                {
                    "type": "economic",
                    "description": "The following applies to Bidders in each of the three Lots. This section refers to Section B of Part IV of the ESPD (Scotland) and covers questions 4B.1 - 4B.6.1 of the ESPD (Scotland): 4B1.2 Bidders will be required to have an average yearly turnover of a minimum of 20 million GBP for the last 3 years. 4B.2.2 Bidders will be required to have an average yearly turnover of a minimum of 10 million GBP in the business area covered by the contract for the last 3 years. 4B.4 : Bidders will be required to state the value(s) for the following financial ratio(s) from their most recent set of accounts: Ratio 1 The Acid Test - (Current Assets-stock)/Current Liabilities. A company with an Acid Test Ratio of less than 1 cannot currently pay back its current liabilities. Therefore to pass the Acid Test Ratio question the bidder must have a score of greater than 1. Ratio 2 Return on Capital Employed % - Profit/Capital/employed. Return on capital employed or ROCE is used to prove the value the business gains from its assets and liabilities. To pass this question NHS Grampian requires the bidder to score a positive figure/percentage. Ratio 3 Current Ratio - Current Assets/Liabilities. The current ratio is a liquidity ratio that measures a company's ability to pay short-term obligations. To pass this question NHS Grampian requires the bidder to achieve a score of greater than 1. NHS Grampian will consider a Pass in any two of the three ratios as an overall Pass for this part of the assessment. Notwithstanding that Bidders may meet the minimum standards for Economic and financial Standing detailed above, in the event NHSG remains concerned in relation to any Bidders' Economic and financial Standing NHSG shall be entitled to require that such Bidder provide a Parent Company Guarantee in terms prescribed by NHSG Where a Parent Company Guarantee is required by NHSG, it shall advise Bidders accordingly and provision of the same shall be a condition of any subsequent award of contract made by NHSG. 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain, prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance 5 million GBP Public Liability Insurance 10 million GBP Professional Indemnity Insurance 5 million GBP Product Liability Insurance 10 million GBP For further guidance on Employers (Compulsory) Liability Insurance see http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "The following applies to Bidders in each of the three Lots. This Section refers to Section C of Part IV of the ESPD (Scotland) 4C.1.2 Bidders will be required to demonstrate that they have sufficient relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice. Bidders will be required to provide examples of operation of a contract of similar size and complexity. 4C.2 Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon, especially those responsible for quality control, and demonstrate that they have sufficient service engineers, technical support, IT and contract managers to oversee and maintain quality standards and KPIs to perform the contract as described in part II.2.4 of the OJEU Contract Notice. 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 of the OJEU Contract Notice. 4C.10 Bidders will be required to confirm whether they intend to sub-contract and, if so, for what proportion of the contract. 4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: Bidders must confirm that they have CE marking for all instruments and reagents provided, including those by sub-contractors. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Please refer to part VI.3 of the Contract Notice, Additional Information - Quality and Assurance Schemes and Environmental Management Standards, to find statements on Section 4D of the ESPD."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "classification": {
            "id": "71900000",
            "scheme": "CPV"
        },
        "reviewDetails": "NHSG will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the contract which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which NHSG despatches the notice(s) and the date on which NHSG proposes to conclude the relevant contract. The bringing of court proceedings against NHSG during the standstill period will automatically continue the prohibition on entering into the contract until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer(s). The bringing of court proceedings against NHSG after the contract has been entered into will not affect the contract unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to NHSG after receipt of the notification should they require further clarification. NHSG will respond within 15 days of such a written request, but it should be noted that receipt by the NHSG of such request during the standstill period may not prevent NHSG from awarding the contract following the expiry of the standstill period. Where an economic operator is dissatisfied with NHSG's response to its request for clarification, or considers that the contract has been concluded in breach of The Public Contracts (Scotland) Regulations 2015 such economic operator is advised to promptly seek independent legal advice.",
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-31",
                "description": "Amendment to sections II.2.9 and III.1.3 of the Contract Notice Section II.2.9 (Information about the limits on the number of candidates to be invited) This refers to the weighting to be applied to the questions in the Technical Section of the ESPD and applies to all three lots. Where the weightings are currently given as 'Question 4C.1.2: 25%, 4C.2:25%, 4C.4:25%, 4C.12:25%' this should read 'Question 4C.1.2: 34%, 4C.2 and 4C.4: 66%, 4C.10 is not scored.' Section III.1.3 (Technical and professional ability) Question 4C.12 is not included in the scored questions in the Technical Section of the ESPD and accordingly paragraph 6 (commencing '4C.12 Bidders will be required to confirm...'), paragraph 7 (commencing 'Bidders must confirm that they have CE marking...') and paragraph 8 (commencing 'If this cannot be provided...') should be disregarded.",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "This refers to the weighting to be applied to the questions in the Technical Section of the ESPD and applies to all three lots. Where the weightings are currently given as 'Question 4C.1.2: 25%, 4C.2:25%, 4C.4:25%, 4C.12:25%' this should read 'Question 4C.1.2: 34%, 4C.2 and 4C.4: 66%, 4C.10 is not scored.'"
                        },
                        "where": {
                            "section": "II.2.9"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2017-07-31T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-08-02T19:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            }
        ],
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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. Bidders must provide responses to the ESPD to the extent required of the Bidder in this Contract notice in respect of its subcontractors on whose capability and capacity Bidders shall rely in order to meet the selection criteria detailed herein and to perform the Managed Services in each Lot. Bidders must pass the minimum standards sections of the ESPD (Scotland).Quality Assurance Schemes and Environmental Management Standards. This section refers to Section D of Part IV of the ESPD (Scotland) and covers questions 4D.1-4D.2.2 of the ESPD (Scotland) Question 4D.1(1) Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 - Quality Management systems (or equivalent) or 4D.1(2a-g) the policies, processes and arrangements detailed in this section of the ESPD. Question 4D.1(3) Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 - Occupational Health and Safety Management Systems (or equivalent) or 4D.1(4a-m) the policies, processes and arrangements detailed in this section of the ESPD. Question 4D.1.1 If the policies, processes and arrangements detailed in 4D.1 are not held, bidder must explain why and specify which other means of proof concerning the quality assurance scheme can be provided. (SC Ref:606540)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000468592"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000468592"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000468592"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "OC009-16-1",
            "title": "Biochemistry and Pathology (Histopathology and Cytopathology)",
            "suppliers": [
                {
                    "id": "org-149",
                    "name": "Abbott Laboratories Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "OC009-16-2",
            "title": "Haematology and Immunology",
            "suppliers": [
                {
                    "id": "org-149",
                    "name": "Abbott Laboratories Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "OC009-16-3",
            "title": "Bacteriology and Virology",
            "suppliers": [
                {
                    "id": "org-149",
                    "name": "Abbott Laboratories Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "OC009-16-1",
            "awardID": "OC009-16-1",
            "title": "Biochemistry and Pathology (Histopathology and Cytopathology)",
            "status": "active",
            "value": {
                "amount": 20921293,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-18T00:00:00Z"
        },
        {
            "id": "OC009-16-2",
            "awardID": "OC009-16-2",
            "title": "Haematology and Immunology",
            "status": "active",
            "value": {
                "amount": 10336969,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-18T00:00:00Z"
        },
        {
            "id": "OC009-16-3",
            "awardID": "OC009-16-3",
            "title": "Bacteriology and Virology",
            "status": "active",
            "value": {
                "amount": 11697125,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-18T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 125-254482"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "288",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "289",
                "measure": "bids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "290",
                "measure": "bids",
                "value": 3,
                "relatedLot": "3"
            }
        ]
    }
}