Tender

Patient Temperature Management and Fluid Warming

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

F02: Contract notice

Notice identifier: 2025/S 000-079216

Procurement identifier (OCID): ocds-h6vhtk-05eda6

Published 3 December 2025, 10:25am



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

Morag MacLeod

Email

morag.macleod7@nhs.scot

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/

Tenders or requests to participate must be submitted to the above-mentioned address

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

Patient Temperature Management and Fluid Warming

Reference number

NP10025

two.1.2) Main CPV code

  • 33186200 - Blood and fluid warming

two.1.3) Type of contract

Supplies

two.1.4) Short description

Patient Temperature Management and Fluid warming devices and consumables

two.1.5) Estimated total value

Value excluding VAT: £7,600,000

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

Fluid Warming - Neonates & Paediatrics up to 20kgs in weight

Lot No

7

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Fluid Warming - Neonates & Paediatrics up to 20kgs in weight

Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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

Patient Warming Blankets (Forced Air)

Lot No

1

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

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

All geographical boards for NHS Scotland

two.2.4) Description of the procurement

Patient Warming Blankets (Forced Air) devices and consumables. Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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

Patient Warming - Reusables

Lot No

3

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Patient Warming - Reusables Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training and Support / Weighting: 10

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

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) Description

two.2.1) Title

Fluid Warming - Standard Flow

Lot No

4

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Fluid Warming - Standard Flow. Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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

Fluid Warming - Rapid flow

Lot No

5

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Fluid Warming - Rapid flow (minimum flow rate 500mls/min)

Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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

Controlled Patient Temperature Management

Lot No

6

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Controlled patient temperature management.

Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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

Warming Cabinets and Warming Shelves

Lot No

8

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Warming Cabinets and Warming Shelves Delivery will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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

Patient Warming Blankets (Non Forced Air)

Lot No

2

two.2.2) Additional CPV code(s)

  • 33186200 - Blood and fluid warming

two.2.3) Place of performance

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

All geographical boards for NHS Scotland

two.2.4) Description of the procurement

Patient Warming Blankets (Non Forced Air) devices and associated consumables will be mainly into the NDS (National Distribution Site) however there maybe some requirement for product to be delivered direct to each Health Board. This Lot will be awarded as a Multi Supplier unranked award were we envisage awarding 5 suppliers to this Lot

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Clinical Evidence / Weighting: 30

Quality criterion - Name: Training and Support / Weighting: 10

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

No

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.1.2) 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


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: 40

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

7 January 2026

Local time

3:00pm

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

7 January 2026

Local time

3:00pm


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 Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement Patient Temperature Management and Fluid Warming(‘Products’) on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable and Scottish Hospices.

The estimated values referred to in Section II.1.5 and 11.2.6 covers the 48 months contract duration of the framework agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30700. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.

Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.

For further information please visit NHSS Community Benefit Gateway

(SC Ref:817365)

six.4) Procedures for review

six.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

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 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 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.