Contract notice
Section I: Contracting
authority
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
Telephone: +44 1698794410
E-mail: NSS.e-fcategory@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/
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
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
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
Medical Refrigeration and Cold Chain Equipment
Reference number: NP176/25
II.1.2) Main CPV code
31600000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Lot1 (Refrigerators & Freezers)
Medical Refrigerators
Medical Freezers
Vaccine Freezers
Blood Bank Refrigerators
Laboratory Refrigerators and Freezers
Ultra-Low Temperature Freezers
Lot2 (Portable Equipment and Carriers/Porters)
Medical Coolers
Portable Refrigerators and Freezers
Temperature-Controlled Bags and Boxes
Lot3 (Temperature Monitoring and Alarm Systems)
Fixed Monitoring Systems: For continuous temperature monitoring in specific zones (e.g., refrigeration units, storerooms).
Portable/Remote Monitoring Systems: For flexible use across different environments.
Alarm Systems: Alerts for temperature excursions, equipment failures, or network connectivity issues.
Data Logging and Reporting Systems: Including data storage solutions that allow for secure, compliant data recording and archiving.
Calibration and Maintenance Services: Regular calibration to ensure accuracy and ongoing maintenance to ensure reliability.
Emergency Support: Immediate response services in case of system failure or alarm alerts.
Lot4 (Cold Rooms)
Design and Installation: Custom cold room design and installation tailored to facility-specific requirements, including layout, access, and space optimization.
Temperature Control and Monitoring: Systems to maintain options for continuous monitoring and alerts.
Data Logging and Compliance Reporting: Solutions to ensure secure data logging for compliance with NHS regulations.
Maintenance and Calibration Services: Regular maintenance, calibration, and servicing to ensure reliable and consistent operation.
Emergency Support: Fast-response support services in the event of system failures or temperature excursions.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
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
Refrigerators and Freezers
II.2.2) Additional CPV code(s)
31600000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The supply, delivery, installation and commissioning with warranty of refrigerators and freezers.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
1x12 month extension option
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.2.13) 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
Portable Equipment and Carriers/Porters
II.2.2) Additional CPV code(s)
33190000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Supply of Vaccine Porter/Carrier system with temperature control validation.
Range of sizes to support various settings from care home/residential to mass immunisation clinics.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
1x12 month extension option
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Temperature Monitoring and Alarm Systems
II.2.2) Additional CPV code(s)
38126300
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Supply of Temperature Monitoring and Alarm Systems.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
1x12 month extension option
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Cold Rooms
II.2.2) Additional CPV code(s)
38126300
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Supply and installation of cold rooms.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
1x12 month extension option
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.2.13) 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:
Refer to tender documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to tender documentation
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.
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:
2025/S 000-003476
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/06/2025
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:
07/07/2025
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 Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division
National Procurement, is undertaking this procurement of (add description here…) (‘Products’) on behalf of all entities constituted pursuant
to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other
NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new
Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable and
Scottish Hospices.
The estimated values referred to in Section II.1.5 and 11.2.6 covers the 60 months contract duration of
the framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24786. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
N/A
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:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary
of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have
achieved.
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.
For further information please visit NHSS Community Benefit Gateway
(SC Ref:750614)
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Strategic decision.
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:
Refer to tender documents
(SC Ref:769925)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28989. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Refer to additional information
(SC Ref:800114)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Internet address(es)
URL: http://www.edinburgh@scotcourts.gov.uk
VI.4.2) Body responsible for mediation procedures
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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
30/05/2025