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