Notice Information
Notice Title
Immunocytochemistry Staining System
Notice Description
The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Contract shall be a Reagent Rental Contract.
Lot Information
Lot 1
The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Cellular Pathology laboratory is located in Raigmore Hospital, Inverness. The Contract shall be a Reagent Rental Contract. The Contractor shall provide the instrument, service, reagents and consumables as part of the Contract.. The Authority treated as ineligible and did not select any bidder on any of the grounds set out in 1.17-1.70 of the ESPD. The bidder used the ESPD as a self-declaration that they had not breached any of the mandatory and discretionary exclusion grounds, or satisfactory self-cleansing measures and that they met the relevant selection criteria.
Renewal: The Contract shall be 5 years with the option to extend for up to a maximum of 2 x 12 month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000509978
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316644
- 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
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33124110 - Diagnostic systems
33124130 - Diagnostic supplies
33127000 - Immuno-analysis devices
33694000 - Diagnostic agents
33696500 - Laboratory reagents
Notice Value(s)
- Tender Value
- £518,000 £500K-£1M
- Lots Value
- £518,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Apr 20187 years ago
- Submission Deadline
- 6 Oct 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Apr 20187 years ago
- Contract Period
- 1 Mar 2018 - 28 Feb 2023 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS HIGHLAND
- Contact Name
- Contracting Team
- Contact Email
- high-uhb.tenders@nhs.net
- Contact Phone
- +44 1463706602
Buyer Location
- Locality
- INVERNESS
- Postcode
- IV2 3BW
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM6 Highlands and Islands
-
- Local Authority
- Highland
- Electoral Ward
- Inverness South
- Westminster Constituency
- Inverness, Skye and West Ross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294588
Immunocytochemistry Staining System - The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Contract shall be a Reagent Rental Contract. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316644
Immunocytochemistry Staining System - The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Contract shall be a Reagent Rental Contract.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000509978-2018-04-12T00:00:00Z",
"date": "2018-04-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000509978",
"initiationType": "tender",
"parties": [
{
"id": "org-74",
"name": "NHS Highland",
"identifier": {
"legalName": "NHS Highland"
},
"address": {
"streetAddress": "Assynt House, Beechwood Park",
"locality": "Inverness",
"region": "UKM62",
"postalCode": "IV2 3BW"
},
"contactPoint": {
"name": "Contracting Team",
"email": "HIGH-UHB.Tenders@nhs.net",
"telephone": "+44 1463706602",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.nhshighland.scot.nhs.uk"
}
},
{
"id": "org-52",
"name": "NHS Highland",
"identifier": {
"legalName": "NHS Highland"
},
"address": {
"streetAddress": "Assynt House, Beechwood Park",
"locality": "Inverness",
"region": "UKM62",
"postalCode": "IV2 3BW"
},
"contactPoint": {
"name": "Contracting Team",
"email": "HIGH-UHB.Tenders@nhs.net",
"telephone": "+44 1463706602",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.nhshighland.scot.nhs.uk"
}
}
],
"buyer": {
"name": "NHS Highland",
"id": "org-52"
},
"tender": {
"id": "HH046-17",
"title": "Immunocytochemistry Staining System",
"description": "The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Contract shall be a Reagent Rental Contract.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33124110",
"scheme": "CPV"
},
{
"id": "33127000",
"scheme": "CPV"
},
{
"id": "33696500",
"scheme": "CPV"
},
{
"id": "33124130",
"scheme": "CPV"
},
{
"id": "33694000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM6"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 518000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-10-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-10-06T12:00:00Z"
},
"documents": [
{
"id": "SEP294588",
"documentType": "contractNotice",
"title": "Immunocytochemistry Staining System",
"description": "The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Contract shall be a Reagent Rental Contract.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294588",
"format": "text/html"
},
{
"id": "APR316644",
"documentType": "awardNotice",
"title": "Immunocytochemistry Staining System",
"description": "The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Contract shall be a Reagent Rental Contract.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316644",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Authority requires the provision of an Immunocytochemistry Staining System for Laboratory Services in NHS Highland (NHSH). The Cellular Pathology laboratory is located in Raigmore Hospital, Inverness. The Contract shall be a Reagent Rental Contract. The Contractor shall provide the instrument, service, reagents and consumables as part of the Contract.. The Authority treated as ineligible and did not select any bidder on any of the grounds set out in 1.17-1.70 of the ESPD. The bidder used the ESPD as a self-declaration that they had not breached any of the mandatory and discretionary exclusion grounds, or satisfactory self-cleansing measures and that they met the relevant selection criteria.",
"status": "complete",
"value": {
"amount": 518000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-03-01T00:00:00Z",
"endDate": "2023-02-28T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract shall be 5 years with the option to extend for up to a maximum of 2 x 12 month periods."
}
}
],
"bidOpening": {
"date": "2017-10-06T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"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. Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Award shall be subject to a satisfactory financial evaluation having been carried out by NHS Highland which may include credit checks and accounts analysis. In addition, where a supplier is recommended for award, they will also be requested to provide one of the following for financial evaluation purposes: a) A copy of your audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end. An additional question has been provided below to enable you to upload your second set of accounts. or b) A statement of your organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed, the same information for the period applicable. NOTE: if this information is not available in an audited format, please provide an end of period balance sheet or make the response specified in option (c) below. or c) If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation's cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. For example, provide a statement explaining why the organisation was not in net profit after tax in either of the reported financial years.",
"minimum": "It is a requirement of this Contract that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded Contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 5,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "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 this Contract Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 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 this Contract Notice. 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 in this Contract Notice. Bidders will be required to confirm that they and/or the service provider have the relevant educational and professional qualifications. Bidders will be required to confirm that their managerial staff have the relevant educational and professional qualifications. Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: 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 documented policies and procedures of the appropriate level. Bidders will be required to confirm their average annual manpower for the last three years. Bidders will be required to confirm their and the number of managerial staff for the last three years. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity. The bidder must confirm that they will provide certificates of authenticity where required. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or documented policies and procedures of the appropriate level. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent), or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or documented policies and procedures of the appropriate level. 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 documented policies and procedures of the appropriate level. Suppliers shall have an equality and diversity policy that complies with the Equality Act 2010 and explicitly refers to sexual orientation and provide details of any breaches of equality and human rights legislation. Suppliers shall have a business continuity and enable disaster recovery plan which shall include the scope, validation, risk treatment and leadership in these areas."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-01-04T00:00:00Z"
}
},
"classification": {
"id": "33124110",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Economic operators were excluded from this competition if they were in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. (SC Ref:539263)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000509978"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000509978"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "HH046-17-1",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "HH046-17-1",
"awardID": "HH046-17-1",
"status": "active",
"dateSigned": "2018-04-10T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 172-351871"
}
]
}