Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Microbiology Testing Managed Service

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-045275
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Authority ID:
AA78302
Publication date:
07 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

SNBTS requires a fully integrated microbiology testing system including all the mandatory and discretionary microbiology testing within a managed service. This includes the test kits, instrumentation and data management software to deliver a final result to the SNBTS information management system(s).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

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: Gordon Dickson

Telephone: +44 1313145522

E-mail: gordon.dickson@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.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Microbiology Testing Managed Service

Reference number: NSS000523

II.1.2) Main CPV code

50421000

 

II.1.3) Type of contract

Services

II.1.4) Short description

SNBTS requires a fully integrated microbiology testing system including all the mandatory and discretionary microbiology testing within a managed service. This includes the test kits, instrumentation and data management software to deliver a final result to the SNBTS information management system(s).

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 3 700 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

50421000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

SNBTS collects approximately 160,000 blood and tissue donations each year, these are tested at the Jack Copland Centre in Edinburgh within the Manufacturing Department of SNBTS. The Manufacturing Department performs a wide range of testing services; these include the large-scale serological screening of blood and tissue donations for microbiological markers such as HBsAg, HCV, HIV and Syphilis. Discretionary testing of HTLV, HBc and CMV. There is also a requirement for smaller scale screening for malaria antibodies on selected donations.

SNBTS also requires a solution to allow archiving of samples.

After testing, the whole of the remaining PPT tube is archived. Hard copy of the result data is also retained for thirty (30) years. The electronic copy of the raw test data is maintained in archive databases and retained indefinitely. SNBTS is currently using “Item Tracker” (archiving database). The Supplier MUST provide a solution for creating appropriate plate maps for integration into “Item Tracker” in such a way that the sample is later retrievable.

During the course of the contract SNBTS may look to introduce additional testing/protocols into the contract. This would be in relation to the introduction of any new mandatory/discretionary markers. This would be fully discussed with the successful Supplier and SNBTS would expect the Supplier to provide options for inclusion in the contract.

Future Potential Impacts

SNBTS in line with other Blood Authorities will be starting to collect plasma for medicines (PFM) since the option to fractionate UK plasma has opened again.

PFM is expected to be 5 year phased implementation with minimal impact in the early years of the contract. (Up to 10% increase). SNBTS will update and work with the successful supplier or bidders where information is available throughout the process where known. Beyond 5 years there is likely to be a larger increase that will increase the contract.

Additional QC testing may be required as an impact of implementation of plasma for medicines. Dependant on the volume of testing SNBTS may wish to cease outsourcing of Total protein testing and source a suitable platform for use within SNBTS. Figures for this have yet to be defined however SNBTS would like to enter discussions to see if operationally it is viable to bring this in house. It is expected that this would be able to be accommodated with a modification of any contract put in place due to the estimated value of this testing.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 20

Price / Weighting:  80

II.2.11) Information about options

Options: Yes

Description of options:

The Authority shall be entitled, at its option, to continue this Agreement beyond the Initial Term for three (3) twelve (12) Contract Month periods subject to giving not less than nine (9) Contract Months’ notice to the Contractor.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-012261

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/03/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Roche Diagnostics Ltd

Charles Avenue

Burgess Hill

RH15 9RY

UK

Telephone: +44 1444256991

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 700 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(SC Ref:790431)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

02/04/2025

Coding

Commodity categories

ID Title Parent category
50421000 Repair and maintenance services of medical equipment Repair and maintenance services of medical and surgical equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gordon.dickson@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.