Notice Information
Notice Title
Scottish National Blood Transfusion Service (SNBTS) Blood Separators
Notice Description
The Scottish National Blood Transfusion Service (SNBTS) was tendering for the replacement of Twenty (20) Blood Separators that have come to the end of their planned working life. The contract also covered installation and commissioning as well as the supply of the Blood Separators.
Lot Information
Lot 1
Scottish National Blood Transfusion Service (SNBTS) required replacement of twenty (20) automated blood separators, at the Jack Copland Centre. Automated blood separators are used for the controlled separation of primary and secondary blood components, post centrifugation. This Tender covered the purchase and installation of twenty (20) automated blood separators. This included the software, training, and equipment and associated maintenance required for their operation. The supplier shall act as the Principal Contractor and shall be responsible for the supply, installation and commissioning of the twenty (20) automated blood separators and associated equipment.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000732116
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT490393
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38434520 - Blood analysers
Notice Value(s)
- Tender Value
- £350,000 £100K-£500K
- Lots Value
- £350,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £374,804 £100K-£500K
Notice Dates
- Publication Date
- 13 Oct 20232 years ago
- Submission Deadline
- 27 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Sep 20232 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
- Contact Name
- Sheila Ferguson
- Contact Email
- nss.procurementteam@nhs.scot, sheila.ferguson2@nhs.scot
- Contact Phone
- +44 1313145542, +44 7804475952
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481799
Scottish National Blood Transfusion Service (SNBTS) Blood Separators - The Scottish National Blood Transfusion Service (SNBTS) is tendering for the replacement of Twenty (20) Blood Separators that have come to the end of their planned working life. The contract will also cover installation and commissioning as well as the supply of the Blood Separators. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT490393
Scottish National Blood Transfusion Service (SNBTS) Blood Separators - The Scottish National Blood Transfusion Service (SNBTS) was tendering for the replacement of Twenty (20) Blood Separators that have come to the end of their planned working life. The contract also covered installation and commissioning as well as the supply of the Blood Separators.
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-r6ebe6-0000732116-2023-10-13T00:00:00Z",
"date": "2023-10-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000732116",
"initiationType": "tender",
"parties": [
{
"id": "org-5",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"name": "Sheila Ferguson",
"email": "sheila.ferguson2@nhs.scot",
"telephone": "+44 1313145542",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
}
},
{
"id": "org-36",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27b Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-155",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "nss.procurementteam@nhs.scot",
"telephone": "+44 7804475952",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
}
},
{
"id": "org-301",
"name": "Fresenius Kabi Limited",
"identifier": {
"legalName": "Fresenius Kabi Limited"
},
"address": {
"streetAddress": "Cestrian Court, Eastgate Way, Manor Park",
"locality": "Runcorn",
"region": "UKD6",
"postalCode": "WA7 1NT"
},
"contactPoint": {
"telephone": "+44 1928533522"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-54",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk",
"telephone": "+44 1312252525",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"id": "org-155"
},
"tender": {
"id": "ocds-r6ebe6-0000732116",
"title": "Scottish National Blood Transfusion Service (SNBTS) Blood Separators",
"description": "The Scottish National Blood Transfusion Service (SNBTS) was tendering for the replacement of Twenty (20) Blood Separators that have come to the end of their planned working life. The contract also covered installation and commissioning as well as the supply of the Blood Separators.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "SNBTS Headquarters The Jack Copland Centre 52 Research Avenue North Heriot-Watt Research Park Edinburgh EH14 4BE."
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 350000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2023-07-27T10:00:00Z"
},
"awardPeriod": {
"startDate": "2023-07-27T10:00:00Z"
},
"documents": [
{
"id": "JUN481799",
"documentType": "contractNotice",
"title": "Scottish National Blood Transfusion Service (SNBTS) Blood Separators",
"description": "The Scottish National Blood Transfusion Service (SNBTS) is tendering for the replacement of Twenty (20) Blood Separators that have come to the end of their planned working life. The contract will also cover installation and commissioning as well as the supply of the Blood Separators.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481799",
"format": "text/html"
},
{
"id": "OCT490393",
"documentType": "awardNotice",
"title": "Scottish National Blood Transfusion Service (SNBTS) Blood Separators",
"description": "The Scottish National Blood Transfusion Service (SNBTS) was tendering for the replacement of Twenty (20) Blood Separators that have come to the end of their planned working life. The contract also covered installation and commissioning as well as the supply of the Blood Separators.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT490393",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Scottish National Blood Transfusion Service (SNBTS) required replacement of twenty (20) automated blood separators, at the Jack Copland Centre. Automated blood separators are used for the controlled separation of primary and secondary blood components, post centrifugation. This Tender covered the purchase and installation of twenty (20) automated blood separators. This included the software, training, and equipment and associated maintenance required for their operation. The supplier shall act as the Principal Contractor and shall be responsible for the supply, installation and commissioning of the twenty (20) automated blood separators and associated equipment.",
"status": "complete",
"value": {
"amount": 350000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "NHS Requirement",
"description": "60"
},
{
"type": "cost",
"name": "Cost",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2023-07-27T10:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"minimum": "Minimum level(s) of standards required: 4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP700000 for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP700000 for the last 3 years in the business area covered by the contract. 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP5m Public Liability Insurance = GBP5m Product Liability Insurance = GBP5m"
},
{
"type": "technical",
"minimum": "Minimum level(s) of standards required: -- All tendered products must fully comply with the NHS Requirement included within the tender documents; - 4.C.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 FTS/OJEU Contract Notice. -- 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE/ UKCA marked. Evidence should be in the form of certification issued by a notified body. - 4D.1 Quality Management Procedures 1. 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 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance. f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "38434520",
"scheme": "CPV"
},
"reviewDetails": "Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session. The bringing of court proceedings against the Authority after the Contract has be 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.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The estimated values referred to in Section II.1.7 and V.2.4 covered the delivery, installation, commissioning and initial warranty period duration. (SC Ref:747418)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000732116"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000732116"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000732116-1",
"suppliers": [
{
"id": "org-301",
"name": "Fresenius Kabi Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000732116-1",
"awardID": "ocds-r6ebe6-0000732116-1",
"status": "active",
"value": {
"amount": 374804,
"currency": "GBP"
},
"dateSigned": "2023-09-14T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2023/S 000-017817"
}
],
"bids": {
"statistics": [
{
"id": "526",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "527",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "528",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "529",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "530",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}