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

Medical Refrigeration and Cold Chain Equipment

  • First published: 08 October 2025
  • Last modified: 08 October 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-04db08
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Authority ID:
AA78302
Publication date:
08 October 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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

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.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.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 376 000.00  GBP

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

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

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

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

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

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

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

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

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 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

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 000-028815

Section V: Award of contract

Lot No: 1

Title: Refrigerators and Freezers

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/09/2025

V.2.2) Information about tenders

Number of tenders received: 10

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: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Labcold Ltd

Cherrywood, Chineham Park

Basingstoke

RG24 8WF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

The AFE Group Ltd

9 Bryggen Road

Kings Lynn

PE30 2HZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Dulas Life Sciences

Unit 1 Dyfi Eco Park

Machynlleth

SY20 8AX

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Glen Dimplex Home Appliances

Stoney Lane

Prescot

L35 2XW

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Haier Biomedical

Middle Building, 110 Windmill Road

Sunbury On Thames

TW16 7HD

UK

NUTS: UKJ2

The contractor is an SME: No

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

Total value of the contract/lot: : 752 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Portable Equipment and Carriers/Porters

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/09/2025

V.2.2) Information about tenders

Number of tenders received: 10

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: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Glen Dimplex Home Appliances

Stoney Lane

Prescot

L35 2XW

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

CorrMed Limited

Coldcroft Farm, Glasshouse Lane

Gloucester

GL19 3HJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Helapet Ltd

Lister House, Blackburn Road

Houghton Regis

LU5 5BQ

UK

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: : 84 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Temperature Monitoring and Alarm Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/09/2025

V.2.2) Information about tenders

Number of tenders received: 10

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: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Air Sentry Limited

Unit 1, Manor Stables, West Street

Great Somerford

Sn15 5EH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Haier Biomedical

Middle Building, 110 Windmill Road

Sunbury On Thames

TW16 7HD

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Contronics Ltd

Greenfield Farm Estate

Congleton

CW12 4TU

UK

NUTS: UKD6

The contractor is an SME: No

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

Total value of the contract/lot: : 80 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Cold Rooms

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/09/2025

V.2.2) Information about tenders

Number of tenders received: 10

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: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

The AFE Group Ltd

9 Bryggen Road

Kings Lynn

PE30 2HZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

CLR Service and Sales Ltd

Unit 1-2 Braehead Centre, Blackness Avenue

Aberdeen

AB12 3PG

UK

Telephone: +44 3334330333

NUTS: UKM

The contractor is an SME: No

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

Total value of the contract/lot: : 90 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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 48 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)

(SC Ref:811529)

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

07/10/2025

Coding

Commodity categories

ID Title Parent category
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
33190000 Miscellaneous medical devices and products Medical equipments
38126300 Temperature or humidity surface observing apparatus Surface observing apparatus

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:
NSS.e-fcategory@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.