Notice Information
Notice Title
SNBTS Nucleic Acid Extraction System
Notice Description
The Scottish National Blood Transfusion Service ("SNBTS") had the requirement for one (1) Nucleic Acid Extraction System to replace the existing machine at SNBTS Jack Copland Centre, Heriot Watt University Campus, Edinburgh.
Lot Information
Lot 1
The Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NHS NSS) ("Health Board") were commencing a Procurement Exercise for a new nucleic acid extraction system, based at the Jack Copland Centre, Edinburgh. This would be used to perform confirmatory Nucleic Acid Testing (NAT) testing on all blood, tissue and cell donations that were reactive in the initial screening assays. The National Microbiology Reference Unit (NMRU) also performs NAT screening on any blood, tissue and cell donations that fail, or were not suitable for NAT testing, on the automated Donor Testing platforms. This Tender covered the purchase and installation of one (1) Nucleic Acid Extraction System. This included the software, training, and equipment and associated maintenance required for their operation. The supplier should act as the Principal Contractor and should be responsible for the supply, installation and commissioning of the replacement system and associated equipment.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000807888
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544151
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
33100000 - Medical equipments
38434520 - Blood analysers
Notice Value(s)
- Tender Value
- £80,000 Under £100K
- Lots Value
- £80,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- £88,500 Under £100K
Notice Dates
- Publication Date
- 24 Nov 20253 months ago
- Submission Deadline
- 9 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Nov 20253 months 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
- Not specified
- Contact Email
- nss.procurementteam@nhs.scot, siobhan.ramage@nhs.scot
- Contact Phone
- Not specified
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=SEP538728
SNBTS Nucleic Acid Extraction System - The Scottish National Blood Transfusion Service ("SNBTS") have the requirement for one (1) Nucleic Acid Extraction System to replace the existing machine at SNBTS Jack Copland Centre, Heriot Watt University Campus, Edinburgh. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544151
SNBTS Nucleic Acid Extraction System - The Scottish National Blood Transfusion Service ("SNBTS") had the requirement for one (1) Nucleic Acid Extraction System to replace the existing machine at SNBTS Jack Copland Centre, Heriot Watt University Campus, Edinburgh.
Notice URLs
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-r6ebe6-0000807888-2025-11-24T00:00:00Z",
"date": "2025-11-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000807888",
"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": "1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "nss.procurementteam@nhs.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/40723324019981216D37"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-88",
"name": "Sherriff Court House",
"identifier": {
"legalName": "Sherriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk",
"telephone": "+44 1312252525",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-6",
"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": "1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "siobhan.ramage@nhs.scot",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-20",
"name": "Biomerieux UK Ltd",
"identifier": {
"legalName": "Biomerieux UK Ltd"
},
"address": {
"streetAddress": "Grafton Way",
"locality": "Basingstoke",
"region": "UKJ3",
"postalCode": "RG22 6HY"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-21",
"name": "Sherriff Court House",
"identifier": {
"legalName": "Sherriff Court House"
},
"address": {
"streetAddress": "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-6"
},
"tender": {
"id": "NPNSS03125",
"title": "SNBTS Nucleic Acid Extraction System",
"description": "The Scottish National Blood Transfusion Service (\"SNBTS\") had the requirement for one (1) Nucleic Acid Extraction System to replace the existing machine at SNBTS Jack Copland Centre, Heriot Watt University Campus, Edinburgh.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33100000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "SNBTS Jack Copland Centre 52 Research Avenue North Edinburgh EH14 4BE"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 80000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2025-10-09T11:00:00Z"
},
"awardPeriod": {
"startDate": "2025-10-09T11:00:00Z"
},
"documents": [
{
"id": "SEP538728",
"documentType": "contractNotice",
"title": "SNBTS Nucleic Acid Extraction System",
"description": "The Scottish National Blood Transfusion Service (\"SNBTS\") have the requirement for one (1) Nucleic Acid Extraction System to replace the existing machine at SNBTS Jack Copland Centre, Heriot Watt University Campus, Edinburgh.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP538728",
"format": "text/html"
},
{
"id": "NOV544151",
"documentType": "awardNotice",
"title": "SNBTS Nucleic Acid Extraction System",
"description": "The Scottish National Blood Transfusion Service (\"SNBTS\") had the requirement for one (1) Nucleic Acid Extraction System to replace the existing machine at SNBTS Jack Copland Centre, Heriot Watt University Campus, Edinburgh.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544151",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NHS NSS) (\"Health Board\") were commencing a Procurement Exercise for a new nucleic acid extraction system, based at the Jack Copland Centre, Edinburgh. This would be used to perform confirmatory Nucleic Acid Testing (NAT) testing on all blood, tissue and cell donations that were reactive in the initial screening assays. The National Microbiology Reference Unit (NMRU) also performs NAT screening on any blood, tissue and cell donations that fail, or were not suitable for NAT testing, on the automated Donor Testing platforms. This Tender covered the purchase and installation of one (1) Nucleic Acid Extraction System. This included the software, training, and equipment and associated maintenance required for their operation. The supplier should act as the Principal Contractor and should be responsible for the supply, installation and commissioning of the replacement system and associated equipment.",
"status": "complete",
"value": {
"amount": 80000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "NHS Requirement",
"description": "70"
},
{
"type": "cost",
"name": "Cost",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2025-10-09T11:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"minimum": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP 160,000 for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 160,000 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": "- 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 Agreement has be 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",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-054645"
}
],
"description": "The values referred to in Section II.1.7 and V.2.4 covers the capital cost and 12 months warranty period. (SC Ref:816621)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000807888"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000807888"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NPNSS03125",
"suppliers": [
{
"id": "org-20",
"name": "Biomerieux UK Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NPNSS03125",
"awardID": "NPNSS03125",
"status": "active",
"value": {
"amount": 88500,
"currency": "GBP"
},
"dateSigned": "2025-11-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "36",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "37",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "38",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "39",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "40",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}