Tender

Decontamination Equipment & Associated Maintenance

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

F02: Contract notice

Notice identifier: 2021/S 000-022219

Procurement identifier (OCID): ocds-h6vhtk-02c825

Published 8 September 2021, 8:45am



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

Email

eleanor.cook@nhs.scot

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

Email

edinburgh@scotcourts.gov.uk

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.