Award

Point of Care Testing Chemical Analysers

NHS GRAMPIAN

This public procurement record has 2 releases in its history.

Award

17 May 2018 at 00:00

Tender

16 Jun 2017 at 00:00

Summary of the contracting process

NHS Grampian is seeking tenders for the provision of Point of Care Testing (POCT) Chemical Analysers and associated software for five community hospitals in Aberdeenshire, including Aboyne, Jubilee Hospital, Kincardine, Peterhead, and Turriff. This open procurement is currently in the active stage, with the tender period ending on 22 August 2017. The procurement method follows an open procedure, aiming to equip the hospitals with essential healthcare technology. Interested suppliers should take note of the deadlines and prepare their submissions accordingly.

This contract presents a significant opportunity for businesses specialising in medical devices, healthcare IT, and analytical equipment. Companies that can meet stringent technical and professional standards, particularly those with accreditation in quality and environmental management systems, are well-suited to compete. Successful bidders will not only secure immediate revenue but could also benefit from potential contract modifications to extend services to additional hospitals in the region following an evaluation period. This represents a chance for growth in both contract value and market presence in the healthcare sector.

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

Point of Care Testing Chemical Analysers

Notice Description

Contract Requirement NHS Grampian (the Authority)'s requirement is for the provision of POCT Chemistry Analysers and associated supporting software in 5 community hospitals across Aberdeenshire namely, Aboyne Hospital Jubilee Hospital, Huntly Kincardine Community Hospital, Stonehaven Peterhead Community Hospital Turriff Hospital. Possible Modifications to Contract At the end of a period of one year following the installation of the POCT Chemical Analysers and associated software, the Authority intends to carry out a full evaluation of Point of Care Testing in community hospitals. Following a positive outcome of that evaluation, the Authority may opt to modify the contract to cater for the provision of POCT Chemical Analysers in a further five community hospitals namely, Chalmers Hospital, Banff Fraserburgh Hospital Glen O'Dee Hospital, Banchory Inverurie Hospital Insch Hospital Any modification made will not be intended to create a new contract.

Lot Information

Lot 1

Contract Requirement The Authority's requirement is for the provision of POCT Chemistry Analysers and associated supporting software in 5 community hospitals across Aberdeenshire namely, Aboyne Hospital Jubilee Hospital, Huntly Kincardine Community Hospital, Stonehaven Peterhead Community Hospital Turriff Hospital. Possible Modifications to Contract At the end of a period of one year following the installation of the POCT Chemical Analysers and associated software, the Authority intends to carry out a full evaluation of Point of Care Testing in community hospitals. Following a positive outcome of that evaluation, the Authority may opt to modify the contract to cater for the provision of POCT Chemical Analysers in a further five community hospitals namely, Chalmers Hospital, Banff Fraserburgh Hospital Glen O'Dee Hospital, Banchory Inverurie Hospital Insch Hospital Any modification made will not be intended to create a new contract.. Economic operators may be excluded from this procurement if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000492957
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319578
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38434520 - Blood analysers

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 May 20187 years ago
Submission Deadline
22 Aug 2017Expired
Future Notice Date
Not specified
Award Date
17 May 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS GRAMPIAN
Contact Name
Not specified
Contact Email
thomas.cowie@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
TLM50 Aberdeen City and Aberdeenshire

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

Further Information

Notice Documents

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-r6ebe6-0000492957-2018-05-17T00:00:00Z",
    "date": "2018-05-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000492957",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "contactPoint": {
                "email": "thomas.cowie@nhs.net",
                "telephone": "+44 8454566000",
                "url": "https://www.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-25",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "contactPoint": {
                "email": "thomas.cowie@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"
            }
        }
    ],
    "buyer": {
        "name": "NHS Grampian",
        "id": "org-25"
    },
    "tender": {
        "id": "OC003A-16",
        "title": "Point of Care Testing Chemical Analysers",
        "description": "Contract Requirement NHS Grampian (the Authority)'s requirement is for the provision of POCT Chemistry Analysers and associated supporting software in 5 community hospitals across Aberdeenshire namely, Aboyne Hospital Jubilee Hospital, Huntly Kincardine Community Hospital, Stonehaven Peterhead Community Hospital Turriff Hospital. Possible Modifications to Contract At the end of a period of one year following the installation of the POCT Chemical Analysers and associated software, the Authority intends to carry out a full evaluation of Point of Care Testing in community hospitals. Following a positive outcome of that evaluation, the Authority may opt to modify the contract to cater for the provision of POCT Chemical Analysers in a further five community hospitals namely, Chalmers Hospital, Banff Fraserburgh Hospital Glen O'Dee Hospital, Banchory Inverurie Hospital Insch Hospital Any modification made will not be intended to create a new contract.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "NHS Grampian (Aberdeenshire) - Aberdeenshire Health and Social Care Partnership Area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM50"
                    },
                    {
                        "region": "UKM50"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-08-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-08-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN286580",
                "documentType": "contractNotice",
                "title": "Point of Care Testing Chemical Analysers",
                "description": "Contract Requirement NHS Grampian (the Authority)'s requirement is for the provision of POCT Chemistry Analysers and associated supporting software in 5 community hospitals across Aberdeenshire namely, Aboyne Hospital Jubilee Hospital, Huntly Kincardine Community Hospital, Stonehaven Peterhead Community Hospital Turriff Hospital. Possible Modifications to Contract At the end of a period of one year following the installation of the POCT Chemical Analysers and associated software, the Authority intends to carry out a full evaluation of Point of Care Testing in community hospitals. Following a positive outcome of that evaluation, the Authority may opt to modify the contract to cater for the provision of POCT Chemical Analysers in a further five community hospitals namely, Chalmers Hospital, Banff Fraserburgh Hospital Glen O'Dee Hospital, Banchory Inverurie Hospital Insch Hospital Any modification made will not be intended to create a new contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN286580",
                "format": "text/html"
            },
            {
                "id": "JUN286580-1",
                "title": "Invitation to Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286580&idx=1",
                "datePublished": "2017-06-19T09:15:54Z",
                "dateModified": "2017-06-19T09:15:54Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN286580-2",
                "title": "Technical Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286580&idx=2",
                "datePublished": "2017-06-19T09:15:54Z",
                "dateModified": "2017-06-19T09:15:54Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN286580-3",
                "title": "Standard Terms and Conditions",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286580&idx=3",
                "datePublished": "2017-06-19T09:15:54Z",
                "dateModified": "2017-06-19T09:15:54Z",
                "format": "application/msword"
            },
            {
                "id": "JUN286580-4",
                "title": "Pricing Schedule",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286580&idx=4",
                "datePublished": "2017-06-19T09:15:54Z",
                "dateModified": "2017-06-19T09:15:54Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN286580-5",
                "title": "European Single Procurement Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286580&idx=5",
                "datePublished": "2017-06-19T09:15:54Z",
                "dateModified": "2017-06-19T09:15:54Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAY319578",
                "documentType": "awardNotice",
                "title": "Point of Care Testing Chemical Analysers",
                "description": "Contract Requirement NHS Grampian (the Authority)'s requirement is for the provision of POCT Chemistry Analysers and associated supporting software in 5 community hospitals across Aberdeenshire namely, Aboyne Hospital Jubilee Hospital, Huntly Kincardine Community Hospital, Stonehaven Peterhead Community Hospital Turriff Hospital. Possible Modifications to Contract At the end of a period of one year following the installation of the POCT Chemical Analysers and associated software, the Authority intends to carry out a full evaluation of Point of Care Testing in community hospitals. Following a positive outcome of that evaluation, the Authority may opt to modify the contract to cater for the provision of POCT Chemical Analysers in a further five community hospitals namely, Chalmers Hospital, Banff Fraserburgh Hospital Glen O'Dee Hospital, Banchory Inverurie Hospital Insch Hospital Any modification made will not be intended to create a new contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319578",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Contract Requirement The Authority's requirement is for the provision of POCT Chemistry Analysers and associated supporting software in 5 community hospitals across Aberdeenshire namely, Aboyne Hospital Jubilee Hospital, Huntly Kincardine Community Hospital, Stonehaven Peterhead Community Hospital Turriff Hospital. Possible Modifications to Contract At the end of a period of one year following the installation of the POCT Chemical Analysers and associated software, the Authority intends to carry out a full evaluation of Point of Care Testing in community hospitals. Following a positive outcome of that evaluation, the Authority may opt to modify the contract to cater for the provision of POCT Chemical Analysers in a further five community hospitals namely, Chalmers Hospital, Banff Fraserburgh Hospital Glen O'Dee Hospital, Banchory Inverurie Hospital Insch Hospital Any modification made will not be intended to create a new contract.. Economic operators may be excluded from this procurement if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "cancelled",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-08-22T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "This section refers to Section A of Part IV of the ESPD (Scotland) and covers questions 4A.1 and 4A1.1. Question 4A.1 : 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. Question 4A.1.1 : Yes/No response is required together with access (website etc) details."
                },
                {
                    "type": "economic",
                    "description": "This section refers to Section B of Part IV of the ESPD (Scotland) and covers questions 4B.1 to 4B.5.3. Question 4B.1.2 : Bidders will be required to have an average yearly turnover of a minimum of GBP700,000 for the last three years. Question 4B.1.3 : Yes/No response is required together with access (website etc) details. Question 4B.2.2 : Bidders will be required to have an average yearly turnover of a minimum of GBP450,000 for the last three years in the business area covered by the contract. Question 4B2.3 : Yes/No response is required together with access (website etc) details. Question 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. Question 4B.4.1 : Yes/No response required together with access (website etc) details. Question 4B.5.1 : It will be a requirement of a 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 - 10m GBP. Question 4B.5.2 : It will be a requirement of a 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. Public Liability Insurance = 10m GBP. Question 4B.5.3 : Yes/No response required together with access (website etc) details."
                },
                {
                    "type": "technical",
                    "description": "This section refers to Section C of Part IV of the ESPD (Scotland) and covers questions 4C.1 to 4C.12.2. Question 4C.1.2 : Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in Part II.2.4 of the OJEU Contract Notice. Question 4C.2 : Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Question 4C.3 : Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. Question 4C.4 : Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems necessary to enable them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. Question 4C.7 : Bidders will be required to confirm that they will employ environmental management measures to meet the requirements of BS EN ISO 14001 2015 - Environmental Management Systems. Question 4C8.1 : Bidders will be required to confirm their average annual manpower for the last three years. Question 4C8.2 : Bidders will be required to confirm their average management staff for the last three years. Question 4C.9 : Bidders will be required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to deliver the works as detailed in II.2.4 in the Contract Notice. Question 4C.10 : Bidders will be required to provide details of the proportion (i.e. percentage) of the contract that they intend to subcontract. Question 4C.11 : Bidders must confirm that they will supply the required samples, descriptions or photographs of the products to be supplied, which do not need to be accompanied by certifications of authenticity. Question 4C.11.1 : Bidders must confirm that they will provide certificates of authenticity where required. Question 4C.11.2 : Yes/No response required together with access (website etc) details. Question 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 technical specifications or standards as detailed in 'Additional Information - Standards and Guidance'. Question 4C.12.1 : If the relevant confirmation 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). Question 4C.12.2 : Yes/No response required together with access (website etc) details. Please refer to Section VI.3 'Additional Information' - Quality Assurance Schemes and environmental Management Standards to find statements in relation to Section 4D of the ESPD. III.2)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "38434520",
            "scheme": "CPV"
        },
        "reviewDetails": "The Authority 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 the Authority despatches the notice(s) and the date on which the Authority proposes to conclude the relevant contract. The bringing of court proceedings against the Authority 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 the Authority 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 the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the contract following the expiry of the standstill period. Where an economic operator is dissatisfied with the Authority'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
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 116-233107"
        }
    ],
    "description": "Technical and Professional Ability This section refers to Section D of Part IV of the ESPD (Scotland) and covers questions 4D.1 to 4D.2.2. Question 4D.1 : Quality Management Procedures 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 4D1 (2 a-g) the policies, processes & arrangements detailed in this section of the ESPD. Question 4D1 (3) : The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent); or 4D.1 (4a - 4m) the policies, processes & arrangements detailed in this section of the ESPD. Question 4D.1.1 : If the policies, processes & 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. Question 4D.1.2 : Yes/No response is required together with access (website etc) details. Question 4D.2 (1) : Environmental Management Systems 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or 4D.2 (2 a-g) the policies, processes and arrangements detailed in this section of the ESPD. Question 4D.2.1 : If the policies, processes and arrangements detailed in 4D.2 are not held, bidder must explain why and specify which other means of proof concerning the environmental management systems or standards can be provided. Question 4D.2.2 : Yes/No response is required together with access (website etc) details. Unsatisfactory responses to Section D will result in a failure score and removal from the selection procedure. 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=476773. (SC Ref:476773) The ESPD document which the tenderer is required to complete is attached to this contract notice. (SC Ref:543280)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000492957"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000492957"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "OC003A-16",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ]
}