Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Person cyswllt: Mike Blackmore
Ffôn: +44 07966967650
E-bost: mike.blackmore@nhs.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nss.nhs.scot/browse/procurement-and-logistics
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
SNBTS Nucleic Acid Extraction System
Cyfeirnod: NPNSS03125
II.1.2) Prif god CPV
38434520
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 80 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
33100000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
SNBTS
Jack Copland Centre
52 Research Avenue North
Edinburgh
EH14 4BE
II.2.4) Disgrifiad o’r caffaeliad
The Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NHS NSS) (“Health Board”) are 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 are 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 are not suitable for NAT testing, on the automated Donor Testing platforms.
This Tender covers the purchase and installation of one (1) Nucleic Acid Extraction System. This includes 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 replacement system and associated equipment.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: NHS Requirement
/ Pwysoliad: 70
Maen prawf cost: Cost
/ Pwysoliad: 30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 80 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
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
III.1.3) Gallu technegol a phroffesiynol
Lefel(au) gofynnol y safonau sydd eu hangen:
- 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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-030143
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
09/10/2025
Amser lleol: 11:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/10/2025
Amser lleol: 11:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The estimated values referred to in Section II.1.5 and 11.2.6 covers the 24 months contract duration of the contract agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29973. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:807888)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sherriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Ffôn: +44 1312252525
E-bost: edinburgh@scotcourts.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.5) Dyddiad anfon yr hysbysiad hwn
08/09/2025