Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Mairi Gibson
Telephone
+44 1312756000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NP56326 Service for Peritoneal Dialysis Treatments
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.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.
two.1.5) Estimated total value
Value excluding VAT: £14,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Sterile Dialysate Fluids
Lot No
2
two.2.2) Additional CPV code(s)
- 33692800 - Dialysis solutions
- 33181520 - Renal dialysis consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
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.
two.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.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Price - Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £14,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Dispensing and Delivery Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85312200 - Homedelivery of provisions
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
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.
two.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.
two.2.5) Award criteria
Quality criterion - Name: Management of Service / Weighting: 20
Quality criterion - Name: Delivery Service / Weighting: 15
Quality criterion - Name: Business Continuity Plans / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 10
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £14,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.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 possibly 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.
three.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 possibly 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
12 February 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chalmers Strret
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
six.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.