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