Scottish National Blood Transfusion Service (SNBTS) Blood Separators (Ангилья - Тендер #43084293) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 43084293 Дата публикации: 23-06-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Contact person: Jamie Kelly
Telephone: +44 7811719906
E-mail: jamie.kelly@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Body governed by public law
I.5) Main activityHealth
Section II: Object II.1) Scope of the procurement II.1.1) TitleScottish National Blood Transfusion Service (SNBTS) Blood Separators
II.1.2) Main CPV code38434520
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThe 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.
II.1.5) Estimated total valueValue excluding VAT: 350 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.3) Place of performanceNUTS code:
UKM75
Main site or place of performance:
SNBTS Headquarters
The Jack Copland Centre
52 Research Avenue North
Heriot-Watt Research Park
Edinburgh
EH14 4BE.
II.2.4) Description of the procurementScottish National Blood Transfusion Service (SNBTS) require 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 covers the purchase and installation of twenty (20) automated blood separators. 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 twenty (20) automated blood separators and associated equipment.
II.2.5) Award criteriaCriteria below:
Quality criterion: NHS Requirement / Weighting: 60
Cost criterion: Cost / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 350 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
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.
III.1.2) Economic and financial standingMinimum level(s) of standards required:
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
III.1.3) Technical and professional abilityMinimum level(s) of standards required:
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.
III.2) Conditions related to the contract Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participateDate: 27/07/2023
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 27/07/2023
Local time: 10:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationThe estimated values referred to in Section II.1.5 and 11.2.6 covers the delivery, installation, commissioning and initial warranty period duration.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24105. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:732116)
VI.4) Procedures for review VI.4.1) Review bodyEdinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
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 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 agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the 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 agreement has been entered into include the setting aside of the decision to award the agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the agreement has been entered into will not affect the 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 agreement has been entered into are limited to the award of damages.
VI.5) Date of dispatch of this notice22/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | jamie.kelly@nhs.scot |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 38434520 | Blood analysers | Analysers |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |