Notice Information
Notice Title
NP1006/25 NHSS Bowel Screening Test Kits and Analysers
Notice Description
NHS Tayside, on behalf of NHS Scotland, require a new short-term contract for the purchase of the following products to ensure that the Scottish Bowel Screening Programme can issue, receive and analyse Test Kits for Bowel Cancer detection: - Bowel Screening Test Kit Analysers to meet the annual throughput of c650,000. This is also to include any necessary software and associated hardware (e.g. Scanners, Printers or Data Storage) and include maintenance costs. - Consumables and reagents for use with the Analysers, sufficient to meet the annual through put of c650,000 test kits. These will be purchased on standing order. - Bowel Screening Test Kits, for issue with the Invitation to participate in the Screening programme, at c1,000,000 test kits per annum, increasing at c2 percent per annum in quantity. These will be purchased on most economical basis (i.e. annual delivery to Fulfilment House, or quarterly deliveries). - Bowel Screening Return Packaging. Each Invitation must include a return package, suitable for transportation through Royal Mail.
Lot Information
Lot 1
NHS Tayside, on behalf of NHS Scotland, require a new short-term contract for the purchase of the following products to ensure that the Scottish Bowel Screening Programme can issue, receive and analyse Test Kits for Bowel Cancer detection: - Bowel Screening Test Kit Analysers to meet the annual throughput of c650,000. This is also to include any necessary software and associated hardware (e.g. Scanners, Printers or Data Storage) and include maintenance costs. - Consumables and reagents for use with the Analysers, sufficient to meet the annual through put of c650,000 test kits. These will be purchased on standing order. - Bowel Screening Test Kits, for issue with the Invitation to participate in the Screening programme, at c1,000,000 test kits per annum, increasing at c2 percent per annum in quantity. These will be purchased on most economical basis (i.e. annual delivery to Fulfilment House, or quarterly deliveries). - Bowel Screening Return Packaging. Each Invitation must include a return package, suitable for transportation through Royal Mail.
Renewal: 1 x 12 months extension available
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000801852
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533590
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract 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
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
33124110 - Diagnostic systems
33124130 - Diagnostic supplies
33140000 - Medical consumables
33696200 - Blood-testing reagents
38000000 - Laboratory, optical and precision equipments (excl. glasses)
Notice Value(s)
- Tender Value
- £2,400,000 £1M-£10M
- Lots Value
- £2,400,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jun 20259 months ago
- Submission Deadline
- 11 Aug 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS TAYSIDE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD1 9SY
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- West End
- Westminster Constituency
- Dundee Central
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533590
NP1006/25 NHSS Bowel Screening Test Kits and Analysers - NHS Tayside, on behalf of NHS Scotland, require a new short-term contract for the purchase of the following products to ensure that the Scottish Bowel Screening Programme can issue, receive and analyse Test Kits for Bowel Cancer detection: - Bowel Screening Test Kit Analysers to meet the annual throughput of c650,000. This is also to include any necessary software and associated hardware (e.g. Scanners, Printers or Data Storage) and include maintenance costs. - Consumables and reagents for use with the Analysers, sufficient to meet the annual through put of c650,000 test kits. These will be purchased on standing order. - Bowel Screening Test Kits, for issue with the Invitation to participate in the Screening programme, at c1,000,000 test kits per annum, increasing at c2 percent per annum in quantity. These will be purchased on most economical basis (i.e. annual delivery to Fulfilment House, or quarterly deliveries). - Bowel Screening Return Packaging. Each Invitation must include a return package, suitable for transportation through Royal Mail.
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-r6ebe6-0000801852-2025-06-30T00:00:00Z",
"date": "2025-06-30T00:00:00Z",
"ocid": "ocds-r6ebe6-0000801852",
"initiationType": "tender",
"parties": [
{
"id": "org-1",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"name": "Cameron Porter",
"email": "cameron.porter@nhs.scot",
"telephone": "+44 7484965650",
"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"
}
],
"url": "http://www.nhstayside.scot.nhs.uk"
}
},
{
"id": "org-2",
"name": "Dundee Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dundee Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, 6 West Bell Street",
"locality": "Dundee",
"postalCode": "DD1 9AD"
},
"contactPoint": {
"email": "dundee@scotcourts.gov.uk",
"telephone": "+44 1382229961",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "NHS Tayside",
"id": "org-1"
},
"tender": {
"id": "ocds-r6ebe6-0000801852",
"title": "NP1006/25 NHSS Bowel Screening Test Kits and Analysers",
"description": "NHS Tayside, on behalf of NHS Scotland, require a new short-term contract for the purchase of the following products to ensure that the Scottish Bowel Screening Programme can issue, receive and analyse Test Kits for Bowel Cancer detection: - Bowel Screening Test Kit Analysers to meet the annual throughput of c650,000. This is also to include any necessary software and associated hardware (e.g. Scanners, Printers or Data Storage) and include maintenance costs. - Consumables and reagents for use with the Analysers, sufficient to meet the annual through put of c650,000 test kits. These will be purchased on standing order. - Bowel Screening Test Kits, for issue with the Invitation to participate in the Screening programme, at c1,000,000 test kits per annum, increasing at c2 percent per annum in quantity. These will be purchased on most economical basis (i.e. annual delivery to Fulfilment House, or quarterly deliveries). - Bowel Screening Return Packaging. Each Invitation must include a return package, suitable for transportation through Royal Mail.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33124110",
"scheme": "CPV"
},
{
"id": "33124130",
"scheme": "CPV"
},
{
"id": "33696200",
"scheme": "CPV"
},
{
"id": "38000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Bowel Screening Laboratory Ninewells Hospital James Arrott Drive Dundee DD2 1UB"
},
"deliveryAddresses": [
{
"region": "UKM71"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2025-08-11T10:00:00Z"
},
"awardPeriod": {
"startDate": "2025-08-11T10:00:00Z"
},
"documents": [
{
"id": "JUN533590",
"documentType": "contractNotice",
"title": "NP1006/25 NHSS Bowel Screening Test Kits and Analysers",
"description": "NHS Tayside, on behalf of NHS Scotland, require a new short-term contract for the purchase of the following products to ensure that the Scottish Bowel Screening Programme can issue, receive and analyse Test Kits for Bowel Cancer detection: - Bowel Screening Test Kit Analysers to meet the annual throughput of c650,000. This is also to include any necessary software and associated hardware (e.g. Scanners, Printers or Data Storage) and include maintenance costs. - Consumables and reagents for use with the Analysers, sufficient to meet the annual through put of c650,000 test kits. These will be purchased on standing order. - Bowel Screening Test Kits, for issue with the Invitation to participate in the Screening programme, at c1,000,000 test kits per annum, increasing at c2 percent per annum in quantity. These will be purchased on most economical basis (i.e. annual delivery to Fulfilment House, or quarterly deliveries). - Bowel Screening Return Packaging. Each Invitation must include a return package, suitable for transportation through Royal Mail.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533590",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "NHS Tayside, on behalf of NHS Scotland, require a new short-term contract for the purchase of the following products to ensure that the Scottish Bowel Screening Programme can issue, receive and analyse Test Kits for Bowel Cancer detection: - Bowel Screening Test Kit Analysers to meet the annual throughput of c650,000. This is also to include any necessary software and associated hardware (e.g. Scanners, Printers or Data Storage) and include maintenance costs. - Consumables and reagents for use with the Analysers, sufficient to meet the annual through put of c650,000 test kits. These will be purchased on standing order. - Bowel Screening Test Kits, for issue with the Invitation to participate in the Screening programme, at c1,000,000 test kits per annum, increasing at c2 percent per annum in quantity. These will be purchased on most economical basis (i.e. annual delivery to Fulfilment House, or quarterly deliveries). - Bowel Screening Return Packaging. Each Invitation must include a return package, suitable for transportation through Royal Mail.",
"status": "active",
"value": {
"amount": 2400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "NHS Requirement",
"description": "60"
},
{
"type": "cost",
"name": "Wholelife Cost",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "1 x 12 months extension available"
}
}
],
"bidOpening": {
"date": "2025-08-11T10:00:00Z"
},
"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": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP1,600,000 for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP1,600,000 for he 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": "- 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": "33140000",
"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 agreement which notification will contain among other information, a summary of the reasons why the economic operators 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 dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant contract agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract agreement 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 agreement has been entered into include the setting aside of the decision to award the contract agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract agreement has been entered into will not affect the contract agreement 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 agreement 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.1.5 and 11.2.6 covers the 24 months contract duration and the 12 month extension period of the framework agreement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29512. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:801852)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801852"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}