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
Sheila Ferguson
Telephone
+44 1313145542
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.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
Calibration Services
Reference number
NSS08425
two.1.2) Main CPV code
- 50433000 - Calibration services
two.1.3) Type of contract
Services
two.1.4) Short description
SNBTS requires a supplier to perform calibrations of a range of portable equipment, the majority of which is environmental monitoring and measuring loggers that require calibration to ISO 17025 by a UKAS accredited provider.
The calibration service will require the collection and return of the equipment from various SNBTS sites. All equipment in scope requires annual calibration.
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
Calibration Services - Lot 1 (UKAS)
Lot No
1
two.2.2) Additional CPV code(s)
- 50433000 - Calibration services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish National Blood Transfusion Service requires a supplier to calibrate certain pieces of portable environmental monitoring and measuring equipment.
Lot 1 covers the provision of calibration services for environmental measuring / logging equipment used at various locations across the SNBTS operational sites. Calibration of all equipment in lot 1 must be performed in accordance with the current version of ISO 17025 by an accredited organisation. ISO 17025 accreditation plays an important role in supporting the provision of accurate and reliable results which are an essential requirement for certain aspects of SNBTS’s operations.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Authority shall be entitled, at its option, to continue this Agreement beyond the Initial Term for two (2) twelve (12) Contract Month periods subject to giving not less than six (6) Contract Months’ notice to the Contractor.
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) Description
two.2.1) Title
Calibration SErvices - Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 50433000 - Calibration services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish National Blood Transfusion Service requires a supplier to calibrate certain pieces of portable environmental monitoring and measuring equipment only.
The procurement will cover the provision of calibration services for environmental measuring / logging equipment used at various locations across the SNBTS operational sites.
Lot 2 is for items that do not have to be calibrated in accordance with the requirements of ISO 17025.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Authority shall be entitled, at its option, to continue this Agreement beyond the Initial Term for two (2) twelve (12) Contract Month periods subject to giving not less than six (6) Contract Months’ notice to the Contractor.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
As per Section 4B of the SPD Bidders must provide information on Economic and Financial Standing in the section of the SPD relating to this.
4B (1.73.1)
Last 3 years’ general/average turnover
Insurance Requirements:
4B (1.73.14)
Employer's (Compulsory) Liability: Five Million Pounds Sterling (GBP 5,000,000)
Public Liability: Five Million Pounds Sterling (GBP 5,000,000)
Product Liability: Five Million Pounds Sterling (GBP 5,000,000)
three.1.3) Technical and professional ability
List and brief description of selection criteria
As per Section 4C (question 1.76.3 - 4C.1.2) of the SPD Bidders must provide information on Services in the section of the SPD relating to this.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
21 November 2025
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
21 November 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 1st March 2029
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 29673. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:813348)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
Internet address
https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courts