Tender

Curtains & Blinds

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

F02: Contract notice

Notice identifier: 2025/S 000-031849

Procurement identifier (OCID): ocds-h6vhtk-04d617 (view related notices)

Published 12 June 2025, 12:01pm



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

Yvonne Gardner

Email

yvonne.gardner@nhs.scot

Telephone

+44 7770647077

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/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Curtains & Blinds

Reference number

NP801/25

two.1.2) Main CPV code

  • 39515000 - Curtains, drapes, valances and textile blinds

two.1.3) Type of contract

Supplies

two.1.4) Short description

National Services Scotland(NSS)acting through its division, National Procurement, is undertaking this procurement on behalf of itself and on behalf of all entities within NHS Scotland(“Boards”)to procure a service which will provide all Curtains & Blinds to all Boards(“Purchasing Entities”)at each of their sites.

The NHS in Scotland requires a contractor(s) to provide Curtains & Blinds including but not limited to the following:

i)Disposable Cubicle Curtains

ii)Cubicle Curtains

iii)Vertical Blinds

iv)Roller Blinds

v)Shower Curtains

vi)Tracks including fitting

The contractor must be able to supply the full range of products to all NHS Scotland Health Boards throughout Scotland.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

NHS Scotland Health Board establishments

two.2.4) Description of the procurement

The Framework Agreement may be used by all mainland and Island NHS Scotland Health Boards and Special Boards(including the common services agency)and by all entities constituted pursuant to the National Health Service(Scotland)Act1978(i.e.all NHS Scotland Health Boards, Special Boards,and the Authority or other NHS Organisations established pursuant to NHS(ScotlandAct1978)and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working)ScotlandAct2014.AllScottishHospices

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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.2.13) 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

4m value shown is for the full duration of the framework e.g. 4 years


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Detail contained within the tender 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: 3

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: 2025/S 000-002527

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2025

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 July 2025

Local time

10:00am

Place

Via Public Contracts Scotland portal

Information about authorised persons and opening procedure

National Procurement personnel


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 4,000,000 GBP value referred to in this notice is based on Supplier uptakes of 1m GBP per annum over the planned 4 year framework duration and no guarantees can be provided that the anticipated value will be met.

The successful contractor will be required to measure, supply and fit products in strict accordance with the specifications detailed in the tender documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28844. 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:

The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers

respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award.

(SC Ref:798149)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov

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 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. The authority will respond within

15 days of such a written request, but it should be noted that receipt by the authority of such

request during the standstill period may not

prevent the authority from awarding the framework agreement following the expiry of the

standstill period. Economic operators should

approach the contracting authority in the first instance. However, the only formal remedy is

to apply to the courts:

An economic operator that suffers or is at risk of suffering, loss or damage attributable to a

breach of duty under the Public

Contracts(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014,

may bring proceedings in the Sheriff Court or the court of session