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
Cameron Porter
Telephone
+44 1312756000
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
SNBTS Clean Room Decontamination System
Reference number
NPNSS06425
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Scottish National Blood Transfusion Service ("SNBTS") require the purchase and installation of 1 (one) Clean Room Decontamination System within the Clean Room Suite at the Jack Copland Centre, Heriot Watt University Campus, Edinburgh.
two.1.5) Estimated total value
Value excluding VAT: £118,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42924720 - Decontamination equipment
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Scottish National Blood Transfusion Service (SNBTS)
Jack Copland Centre
52 Research Avenue North
Edinburgh
EH14 4BE
two.2.4) Description of the procurement
The Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NHS NSS) (“Health Board”) are commencing a Procurement Exercise for 1 (one) Clean Room Decontamination System including the supply, installation, validation, training, and associated maintenance required for the operation of the units, based at the Jack Copland Centre, Edinburgh.
The Scottish National Blood Transfusion Service (SNBTS) is the specialist provider of safe high-quality blood, tissues and cells products and services in Scotland. The organisation’s priority is to ensure that NHS Scotland has enough blood to meet the transfusion needs of patients in Scotland.
The current Clean Room Decontamination System within SNBTS has two Bioquell Z-2 units located at JCC that are used for routine decontamination of the CRS.
Bioquell Z-2 systems provide a 6-log reduction (99.9999% elimination) of bioburden from every exposed surface in a selected zone and therefore represent a key element of TCAT-GMP’s routine cleaning and sanitisation regime. This is achieved using Vapour Hydrogen Peroxide (VHP).
This Tender covers the purchase and installation of 1 (one) Clean Room Decontamination System. This includes the software, training, and equipment and associated maintenance required for their operation.
The supplier shall act as the Principal Contractor and shall be responsible for the supply, installation and commissioning of the replacement system andassociated equipment.
two.2.5) Award criteria
Quality criterion - Name: NHS Requirement / Weighting: 70%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
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
4B.1.1 Bidders will be required to have a minimum “general” yearly turnover of GBP 236000 for the last 3 years.
4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 236000 for the last 3 years in the business area covered by the contract.
4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = GBP5m
Public Liability Insurance = GBP5m
Product Liability Insurance = GBP5m
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
- All tendered products must fully comply with the NHS Requirement included within the tender documents;
- 4.C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the
services/supplies as described in part II.2.4 of the FTS/OJEU Contract Notice.
— 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE/ UKCA marked. Evidence
should be in the form of certification issued by a notified body.
- 4D.1 Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN
ISO 9001 (or equivalent),
OR
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is
periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that
the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of
output and general performance.
c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this
must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s
documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management
throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of
how the arrangements are communicated to the workforce.
d. Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of
work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training
arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must
include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including
copies of job profiles; training manuals and records.
e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The
bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and
general performance.
f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which
they are being engaged.
g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their
organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.
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
15 December 2025
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 December 2025
Local time
11:00am
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 values referred to in Section II.1.5 and 11.2.6 covers the 12 month contract duration of
the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30450. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:815298)
six.4) Procedures for review
six.4.1) Review body
Sherriff Court House
27 Chambers Street
Edinburgh
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 contract agreement which notification will contain among other information, a summary of the reasons why the economic operators 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 dispatches the notice(s)and the date on which the Authority proposes to conclude the relevant contract agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract agreement has been entered into include the setting aside of the decision to award the contract agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract agreement has been entered into will not affect the contract 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 contract agreement has been entered into are limited to the award of damages.