Opportunity

Decontamination Consumables and Maintenance

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

F02: Contract notice

Notice reference: 2024/S 000-009215

Published 21 March 2024, 3:01pm



Section one: Contracting authority

one.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

Email

eleanor.cook@nhs.scot

Telephone

+44 1698794410

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

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

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

Decontamination Consumables and Maintenance

Reference number

NP18724

two.1.2) Main CPV code

  • 90722200 - Environmental decontamination services

two.1.3) Type of contract

Services

two.1.4) Short description

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division

National Procurement, is undertaking this procurement of Decontamination Equipment Maintenance, Testing and Re-validation and

Consumables including; chemicals, filters and test materials (‘Products/Services’) 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 Joint Boards established pursuant to the new Public

Bodies (Joint Working) Scotland Act 2014, together with independent contractors to NHS Scotland such as dentists, general medical

practitioners, pharmacists, opticians etc. and all other bodies governed by Public Law in Scotland.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

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

Decontamination Equipment Maintenance, Testing & Re-validation

Lot No

1

two.2.2) Additional CPV code(s)

  • 90722200 - Environmental decontamination services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any, or all locations of NHS Scotland including independent dental contractors to NHS Scotland.

two.2.4) Description of the procurement

The scope of this lot is the provision of maintenance, testing and re-validation for the following decontamination types:

Multi-chamber washers

Single-chamber washers

Sterilisers

Trolley washers

Endoscopy washer/disinfectors

Cabinet drying/storage facilities

Washer disinfectors

Reverse Osmosis plant

two.2.5) Award criteria

Quality criterion - Name: Technical & Support / Weighting: 40

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

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

Start date

1 August 2024

End date

31 July 2028

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.2.14) Additional information

It is envisaged that 20 economic operators will be appointed to this lot.

two.2) Description

two.2.1) Title

Decontamination Chemicals

Lot No

2

two.2.2) Additional CPV code(s)

  • 90722200 - Environmental decontamination services
  • 39831200 - Detergents

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any, or all locations of NHS Scotland including independent dental contractors to NHS Scotland.

two.2.4) Description of the procurement

The scope of this lot is the provision of decontamination chemistry for use in various decontamination equipment types including instrument washers and endoscopy washer disinfectors.

two.2.5) Award criteria

Quality criterion - Name: Technical & Support / Weighting: 40

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

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

Start date

1 August 2024

End date

31 July 2028

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.2.14) Additional information

It is envisaged that 20 economic operators will be appointed to this lot.

two.2) Description

two.2.1) Title

Decontamination Filtration

Lot No

3

two.2.2) Additional CPV code(s)

  • 42955000 - Parts of filtering machinery

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any, or all locations of NHS Scotland including independent dental contractors to NHS Scotland

two.2.4) Description of the procurement

The scope of this Lot is the provision of Filters for various Decontamination Equipment types including; Multi Chamber Washers, Single

Chamber Washers, Sterilizers, Trolley Washers, Ultrasonic Cleaners, Endoscopy Washer Disinfectors, Cabinet Drying/Storage Units,

Washer disinfectors and Reverse Osmosis Plant

two.2.5) Award criteria

Quality criterion - Name: Technical & Support / Weighting: 40

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

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

Start date

1 August 2024

End date

31 July 2028

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.2.14) Additional information

It is envisaged that 15 economic operators will be appointed to this lot.

two.2) Description

two.2.1) Title

Decontamination Test Materials

Lot No

4

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any, or all locations of NHS Scotland including independent dental contractors to NHS Scotland

two.2.4) Description of the procurement

Scope of this lot is for the provisions of decontamination test materials such as microbiological surrogates, test materials and devices and testing consumables.

two.2.5) Award criteria

Quality criterion - Name: Technical & Support / Weighting: 40

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

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

Start date

1 August 2024

End date

31 July 2028

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.2.14) Additional information

It is envisaged that up to 20 economic operators will be appointed to this lot


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

Economic operators may be excluded from this competition if they are in breach of any of the situations 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

All candidates will be required to provide a statement, covering 3 previous financial years including the overall turnover of the

candidate in respect of the activities which are similar type to the subject matter of the notice.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 65

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

25 April 2024

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 April 2024

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26396. 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:

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, provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what

they have achieved in outcomes. Potential framework participants are required to summarise what community benefits you propose to

develop and deliver as part of this contract if successful. Community benefits potential framework participants are required to confirm that

if successful you agree to participate in and support a process of ongoing contract and supplier development in this area including the

tracking and reporting of community benefits delivered as part of this framework.

(SC Ref:761499)

six.4) Procedures for review

six.4.1) Review body

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

Country

United Kingdom

six.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 operator 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 despatches 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. Economic operators are

entitled to write to the authority after receipt of the notification should they require further clarification.