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 Notice

NP56326 Service for Peritoneal Dialysis Treatments

  • First published: 13 January 2026
  • Last modified: 13 January 2026
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
Authority ID:
AA84556
Publication date:
13 January 2026
Deadline date:
12 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of a homecare delivery service on behalf of NHS Scotland for patients on peritoneal dialysis treatments at home which may include the supply of a dialysis machine, consumables as required, sterile dialysate fluids, ancillaries, and the delivery service.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: Mairi Gibson

Telephone: +44 1312756000

E-mail: mairi.gibson@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.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html


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/web/login.html


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

NP56326 Service for Peritoneal Dialysis Treatments

II.1.2) Main CPV code

33600000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The provision of a homecare delivery service on behalf of NHS Scotland for patients on peritoneal dialysis treatments at home which may include the supply of a dialysis machine, consumables as required, sterile dialysate fluids, ancillaries, and the delivery service.

II.1.5) Estimated total value

Value excluding VAT: 14 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Dispensing and Delivery Service

II.2.2) Additional CPV code(s)

85312200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The provision of a homecare delivery service to enable patients within NHS Scotland to self-administer peritoneal dialysis treatments at home. The service may include the supply of a dialysis machine, consumables as required, sterile dialysate fluids dispensed in accordance with each individual patient's prescription, ancillaries as required, the homecare delivery service to the patient at home, or other agreed delivery point, and the removal of waste if required as detailed within the specification contained within the tender documentation.

This tender is for a maximum of 200 patients across Scotland resulting in approximately 2000 deliveries per annum. The number of patients and deliveries will vary through the duration of the framework agreement.

This Lot will be awarded as an unranked multi supplier framework to a maximum of two (2) suppliers. Full details of the Service can be found within the ITT documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Management of Service / Weighting: 20

Quality criterion: Delivery Service / Weighting: 15

Quality criterion: Business Continuity Plans / Weighting: 5

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 14 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Sterile Dialysate Fluids

II.2.2) Additional CPV code(s)

33692800

33181520

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The provision of a homecare delivery service to enable patients within NHS Scotland to self-administer peritoneal dialysis treatments at home. The service includes the supply of sterile dialysate fluids dispensed in accordance with each individual patient's prescription as detailed within the specification contained within the tender documentation.

This tender is for a maximum of 200 patients across Scotland resulting in approximately 2000 deliveries per annum. The number of patients and deliveries will vary through the duration of the framework agreement.

This Lot will be awarded as an unranked multi supplier framework to a maximum of two (2) suppliers. Full details of the products can be found within the ITT documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  90

II.2.6) Estimated value

Value excluding VAT: 14 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 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 registers

List and brief description of conditions:

Contract Notice for Goods and Services - Economic operators may be excluded from this competition if they are in breach of any situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The turnover of the economic operator in respect of its most recent full financial year must have been equal to or more than 20 000 000 (GBP).

Minimum level(s) of standards required:

The economic operator must provide either:

(1) an extract from its audited accounts in respect of its most recent full financial year stating the turnover of the economic operator in respect of such financial year, such extract certified on its face by a solicitor or a chartered accountant as being a true copy of the original document, or

(2) a statement certified by the economic operator’s auditors confirming the turnover of the economic operator in respect of its most recent full financial year.

The turnover of the economic operator in respect of its most recent full financial year must have been equal to or more than 20 000 000 (GBP).


Minimum level(s) of standards required:

The economic operator must provide either:

(1) an extract from its audited accounts in respect of its most recent full financial year stating the turnover of the economic operator in respect of such financial year, such extract certified on its face by a solicitor or a chartered accountant as being a true copy of the original document, or

(2) a statement certified by the economic operator’s auditors confirming the turnover of the economic operator in respect of its most recent full financial year.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

(a)The successful Framework Participant(s) and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.

(b)The successful Framework Participant(s) are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.

(c)All of the Pharmacist and Pharmacy Technician staff used to service this Framework Agreement will be registered with the General Pharmaceutical Council.

(d)All staff in direct contact with patients, including sub-contractors and couriers, will be members of the relevant Protecting Vulnerable Groups Scheme at the point of service provision.

(e)All nursing staff used to provide clinical services to patients under this Framework Agreement will be registered with the Nursing and Midwifery Council (NMC).

(f)All nursing services provided under this Framework Agreement must be carried out by a company who is registered with the Care Inspectorate in Scotland.

(g)All of the dispensed Goods supplied under the Framework Agreement will be dispensed in a pharmacy which at the time of dispensing is registered with the General Pharmaceutical Council.

(h)All medical devices tendered and associated ancillaries supplied under this Framework Agreement will comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002), have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark.

(i)All waste transported under this Framework Agreement must be carried out by a company who possess a waste carriers’ licence.

(j)All waste processed under this Framework Agreement must be carried out by a company who possess a waste management licence.


Minimum level(s) of standards required:

(a)Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes.

(b)A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bibber's carbon emissions must be provided in the Qualification Envelope of the ITT under Environmental Management. This does not need to contain calculated carbon emissions.

(c)Confirmation of the existence of Work Instructions and processes that are in place to ensure all Pharmacists and Pharmacy Technicians employed to service this Framework Agreement are registered with the General Pharmaceutical Council at the time-of-service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(d)Confirmation of the existence of Work Instructions and processes that are in place to ensure all staff in direct contact with patients under

this Framework Agreement are members of the relevant Protecting Vulnerable Groups Scheme at the time-of-service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(e)Confirmation of the existence of Work Instructions and processes that are in place to ensure all nursing staff employed to provide clinical services to patients under this Framework Agreement are registered with the Nursing and Midwifery Council (NMC) at the time-of-service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(f)Confirmation of the existence of registration with the Care Inspectorate in Scotland must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(g)Confirmation of the existence of a dispensing site(s)’ General Pharmaceutical Council registration certificate must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(h)Confirmation that all devices and associated ancillaries tendered, which are classed as medical devices, will carry the appropriate declaration of conformity for the UK market and display a valid CE, CE UKNI or UKCA mark must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control

(i)Confirmation of the existence of a waste carriers’ license must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control

(j)Confirmation of the existence of a waste management license must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control

In the event that the economic operator intends to subcontract any element of the Service a “To Whom It May Concern” letter from the intended subcontractor(s) confirming agreement, or contract, between the bidder and the subcontractor to provide the required services must be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts and Quality Control

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 2

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 participate

Date: 12/02/2026

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/02/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The estimated value(s) referred to in Section II.1.5 cover(s) the forty eight (48) month contract duration of the framework agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30471. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Potential Framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential Framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.

(SC Ref:817952)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

27 Chalmers Strret

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

VI.4.3) Review procedure

Precise 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 framework 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 framework agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the framework 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 framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the framework agreement has been entered into will not affect the framework 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 framework agreement has been entered into are limited to the award of damages.

VI.5) Date of dispatch of this notice

12/01/2026

Coding

Commodity categories

ID Title Parent category
33692800 Dialysis solutions Medical solutions
85312200 Homedelivery of provisions Social work services without accommodation
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products
33181520 Renal dialysis consumables Renal support devices

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:
mairi.gibson@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.