ÂÜÀòÔ­´´

ÂÜÀòÔ­´´ Tenders

07 May 2026

Related Information

Construction Contract Leads

Scotland

Category Goods

Type Tender

No. of Lots 12

Status Active

Published 2nd Apr 2026

Tender Details
Referenceocds-h6vhtk-060d77
Common Procurement VocabularyDecontamination equipment
Procurement MethodOpen procedure
Value£10,000,000
« Previous Page

Scotland

Category Goods

Type Tender

No. of Lots 12

Status Active

Published 2nd Apr 2026

Tender Details
Referenceocds-h6vhtk-060d77
Common Procurement VocabularyDecontamination equipment
Procurement MethodOpen procedure
Value£10,000,000

Section I: Contracting authority

I.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

Eleanor Cook

Email

eleanor.cook [at] nhs.scot

Telephone

+44 1312756000

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Decontamination Equipment, Maintenance and Associated Accessories

Reference number

NP14326

II.1.2) Main CPV code

  • 42924720 - Decontamination equipment

II.1.3) Type of contract

Supplies

II.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, Drying Cabinets, Standalone Ultrasonic Cleaners and Endoscope Flushing Devices together with associated Maintenance/Testing, Maintenance Packages, Accessories and Consumables for each Lot.

II.1.5) Estimated total value

Value excluding VAT: £10,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Central Decontamination Unit (CDU) Sterilisers – e.g. Steam (inc generation) and Vapour

Lot No

2

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.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.

II.2.5) Award criteria

Quality criterion - Name: Quality & Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Endoscopy Decontamination Unit (EDU) Endoscopy Washer Disinfectors

Lot No

4

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

"To provide, install and commission BS EN ISO 15883/SHTM 01-06 compliant EDU Endoscope Washer Disinfector equipment 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."

II.2.5) Award criteria

Quality criterion - Name: Quality & Performnce / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Endoscopy Decontamination Unit (EDU) - Controlled Environment Storage Cabinet/Systems for Endoscopes

Lot No

5

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission BS EN 16442/SHTM 01-06 compliant EDU Storage and Drying Cabinets and Endoscopy Storage System to single or multiple EDU's across NHS Scotland together with associated Maintenance of the equipment and accessories. Our requirement may relate to 'new build' EDU's and/or replacement of existing equipment. Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.

II.2.5) Award criteria

Quality criterion - Name: Quality & Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Reverse Osmosis

Lot No

6

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

"

To provide compliant to SHTM 01-01 parts C & D & SHTM 01-06 part D as applicable 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.

II.2.5) Award criteria

Quality criterion - Name: Quality & Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Local Decontamination Unit (LDU) Washer - e.g. Benchtop, under-bench, free standing and pass through

Lot No

7

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission BS EN ISO 15883/SHTM 01-05 compliant LDU Washer Disinfector equipment 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.

II.2.5) Award criteria

Quality criterion - Name: Quality & Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Local Decontamination Unit (LDU) Sterilisers - Type N and Type B

Lot No

8

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission to BS EN 13060/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.

II.2.5) Award criteria

Quality criterion - Name: Quality & Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Central Decontamination Unit (CDU) Low Temperature Sterilisers

Lot No

3

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission to BS EN 17180/ BS ISO 22441 & 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.

II.2.5) Award criteria

Quality criterion - Name: Quality & Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Laboratory Sterilisers

Lot No

9

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission BS 2646:2021 (parts 1-3 as applicable) /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.

II.2.5) Award criteria

Quality criterion - Name: Quality and Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Non-Invasive Ultrasound Probe Disinfectors

Lot No

10

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission equipment compliant to BS EN ISO 14937/SHTM 01-06 capable of the decontamination of Semi-Critical, Semi-Invasive and Non-Invasive Ultrasound Probes 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.

II.2.5) Award criteria

Quality criterion - Name: Quality and Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Standalone Ultrasonic Cleaners (excluding disinfectors)

Lot No

11

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission SHTM 01-01/SHTM 01-05 compliant Ultrasonic Cleaning equipment to single or multiple decontamination facilities across NHS Scotland, together with associated maintenance of the equipment and accessories. Our requirement may relate to 'new build' LDUs / CDU's and/or replacement of existing equipment. Bidders must demonstrate the suitability of the equipment and their ability to provide technical support and training.

II.2.5) Award criteria

Quality criterion - Name: Quality and Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Endoscope Flushing Devices for use during Decontamination

Lot No

12

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission Endoscope flushing and endoscope pre cleaning equipment 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.

II.2.5) Award criteria

Quality criterion - Name: Quality and Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Central Decontamination Unit (CDU) Washers - e.g Single Chamber, Multi Chamber, and Trolley Washers

Lot No

1

II.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

II.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.

II.2.4) Description of the procurement

To provide, install and commission BS EN ISO 15883/SHTM 01-01 (Part D) compliant CDU Washer Disinfector 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.

II.2.5) Award criteria

Quality criterion - Name: Quality and Performance / Weighting: 10

Quality criterion - Name: Technical Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2026/S 000-006246

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

Date

5 May 2026

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

5 May 2026

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31487. For more information see:

A sub-contract clause has been included in this contract. For more information see:

Community benefits are included in this requirement. For more information see:

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

I. 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 contract.

II. Potential Framework Participants must provide a brief summary of the community benefits they already deliver in their business, where these are delivered and what they have achieved in outcomes.

III. Potential Framework Participants must summarise community benefits they propose to develop and deliver as part of this contract if successful.

IV. Potential Framework Participants are required to confirm that if successful you agree to participate in and support a process of ongoing contract and Contractor development in this area including the tracking and reporting of Community Benefits delivered as part of this contract.

(SC Ref:826610)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh [at] scotcourts.gov.uk

Country

United Kingdom

Internet address

VI.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.