- Scope of the procurement
- Lot 1. Central Decontamination Unit (CDU) Washers - e.g Single Chamber, Multi Chamber, and Trolley Washers
- Lot 2. Central Decontamination Unit (CDU) Sterilisers – e.g. Steam (inc generation) and Vapour
- Lot 3. Central Decontamination Unit (CDU) Low Temperature Sterilisers
- Lot 4. Endoscopy Decontamination Unit (EDU) Endoscopy Washer Disinfectors
- Lot 5. Endoscopy Decontamination Unit (EDU) - Controlled Environment Storage Cabinet/Systems for Endoscopes
- Lot 6. Reverse Osmosis
- Lot 7. Local Decontamination Unit (LDU) Washer - e.g. Benchtop, under-bench, free standing and pass through
- Lot 8. Local Decontamination Unit (LDU) Sterilisers - Type N and Type B
- Lot 9. Laboratory Sterilisers
- Lot 10. Non-Invasive Ultrasound Probe Disinfectors
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
Contact
Eleanor Cook
Telephone
+44 1698794410
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
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
http://www.nss.nhs.scot/browse/procurement-and-logistics
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 Equipment & Associated Maintenance
Reference number
NP143/21
two.1.2) Main CPV code
- 42924720 - Decontamination equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply, Installation and Commissioning of Decontamination Equipment for use in Central Decontamination Units (CDU), Endoscopy Decontamination Units (EDU), Local Decontamination Units (LDU) and Laboratories including: Sterilisers, Washer Disinfectors, Reverse Osmosis Water Treatment, Endoscope Storage and Drying Cabinets, together with associated Maintenance/Testing, Accessories and Consumables for each Lot.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
10
two.2) Description
two.2.1) Title
Central Decontamination Unit (CDU) Washers - e.g Single Chamber, Multi Chamber, and Trolley Washers
Lot No
1
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS EN ISO 15883/SHTM 01-01 (Part D) compliant CDU Washer Disinfectors to single or multiple CDUs across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' CDUs and/or replacement of existing equipment. Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Central Decontamination Unit (CDU) Sterilisers – e.g. Steam (inc generation) and Vapour
Lot No
2
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS EN 285/SHTM 01-01 (Part C) compliant CDU steam sterilising equipment to single or multiple CDUs across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' CDUs and/or replacement of existing equipment. Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Central Decontamination Unit (CDU) Low Temperature Sterilisers
Lot No
3
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS EN 17180/SHTM 01-01 (Part E) compliant CDU low temperature sterilising equipment to single or multiple CDUs across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' CDUs and/or replacement of existing equipment.
Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Endoscopy Decontamination Unit (EDU) Endoscopy Washer Disinfectors
Lot No
4
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS EN ISO 15883/SHTM 2030 compliant EDU Endoscope Washer Disinfectors to single or multiple EDUs across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' EDUs and/or replacement of existing equipment.
Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
Should there be a requirement for EDU Reverse Osmosis Water Treatment equipment as part of any order for EDU EWDs,the Endoscope Washer Disinfector supplier would be expected to take the role of prime contractor and ensure any RO installation meets the requirements described in BS EN ISO 15883.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Endoscopy Decontamination Unit (EDU) - Controlled Environment Storage Cabinet/Systems for Endoscopes
Lot No
5
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide a compliant EDU Storage and Drying Cabinets and Endoscopy Storage System including associated Installation and Commission to single or multiple EDUs across NHS Scotland together with associated Maintenance of the equipment, accessories and consumables. Our requirement may relate to 'new build' EDUs and/or replacement of existing equipment. Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Reverse Osmosis
Lot No
6
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide a compliant Reverse Osmosis Water Treatment equipment and associated Installation and Commission to CDUs and EDUs across NHS Scotland together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' and/or replacement of existing equipment. Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
Supply of EDU Reverse Osmosis Water Treatment equipment is expected only to be as part of a wider EDU WD design and installation where the Endoscope Washer supplier would be expected to take the role of prime contractor.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Local Decontamination Unit (LDU) Washer - e.g. Benchtop, under-bench, free standing and pass through
Lot No
7
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS EN ISO 15883/SHTM 01-05/SHTM 2030 compliant LDU Washer Disinfectors to single or multiple LDUs across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' LDUs and/or replacement of existing equipment.
Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Local Decontamination Unit (LDU) Sterilisers - Type N and Type B
Lot No
8
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS EN 13060/SHTM 2010/SHTM 01-05 compliant LDU steam sterilising equipment (Type N, B and S) to single or multiple LDUs across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' LDUs and/or replacement of existing equipment.
Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Laboratory Sterilisers
Lot No
9
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide, install and commission BS 2646/SHTM 01-02 (Part C) compliant steam sterilising equipment to single or multiple laboratories across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' facilities and/or replacement of existing equipment.
Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
Non-Invasive Ultrasound Probe Disinfectors
Lot No
10
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
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
To provide BS EN ISO 14937 compliant equipment capable of Disinfecting Endocavity (Transvaginal and Transrectal Ultrasound) Probes. The requirement also includes associated Installation and Commission to single or multiple sites across NHS Scotland together with associated Maintenance
of the equipment and accessories. Our requirement may relate to 'new build' and/or replacement of existing equipment. Bidders must
demonstrate the suitability of the equipment and their ability to provide technical support and training.
two.2.5) Award criteria
Quality criterion - Name: Quality & Performance / Weighting: 10
Quality criterion - Name: Technical Support / Weighting: 40
Price - Weighting: 50
two.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
Two (2) optional extension periods, both consisting of twelve (12) months may be utilised by the Authority.
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
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
Minimum level(s) of standards possibly required
In order to confirm Potential Framework Participants economic and financial capacity the Authority may request some, or all of the following:
(1) Appropriate statements from the Potential Framework Participant's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(2) Statements of accounts or extracts from those accounts relating to the business of the Potential Framework Participant where publication of the statement is required under the law of the relevant State in which the Potential Framework Participant is established; or
(3) Where appropriate, a statement, covering the three previous financial years of the Potential Framework Participant, of –
(a) the overall turnover of the business of the Potential Framework Participant; and
(b) where appropriate, the turnover in respect of the goods or services which are of similar type to the subject matter of this Framework Agreement
4) Where the Potential Framework Participant is unable for a valid reason to provide the information required, the Authority may accept such other information provided by the Potential Framework Participant as the Authority considers appropriate.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to ITT
Minimum level(s) of standards possibly required
All tendered products must evidence compliance with relevant Scottish Health Technical Memorandums and any relevant ISO, or standards, listed with tender documents.
— All devices must have relevant UKCA / CE marking.
— Bidders must guarantee response (on site) within 24 hours (48 hours for remote and Island areas) to warranty call out.
— Bidders must guarantee your tendered cycle times and conditions associated with the guarantee.
— Bidders must provide COSHH data sheets for all validated chemicals associated with tendered equipment.
Additionally, a number of product specific mandatory requirements are detailed within tender documents.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 30
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to the significant capital investment required by NHS Scotland Health Boards e.g. new decontamination equipment. Potential 72 month framework supports need for Health Boards to achieve sufficient return on investment whilst offering the best value. Any decision to exercise the two (2) additional twelve (12) month extension options, will be determined during the 4th year of the framework.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-016563
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 October 2021
Local time
10:00am
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
12 October 2021
Local time
10:00am
Place
National Distribution Centre, 2 Swinhill Avenue, Canderside, ML9 2QX
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 19321. 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: http://
www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Potential Framework Participants will be requested to provide details of any community benefits that will result from their organisation being awarded to the Framework.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19321. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
In accordance with the Procurement Reform Act 2014, Potential Framework Participants will be requested to provide details of any community benefits that will result from their organisation being awarded to the Framework
(SC Ref:663302)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
Internet address
http://www.nhsscotlandprocurement.scot.nhs.uk/
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.