Construction Contract Leads
Scotland
Category Goods
Type Tender
No. of Lots 12
Status Active
Published 2nd Apr 2026
| Reference | ocds-h6vhtk-060d77 |
| Common Procurement Vocabulary | Decontamination equipment |
| Procurement Method | Open procedure |
| Value | £10,000,000 |
Scotland
Category Goods
Type Tender
No. of Lots 12
Status Active
Published 2nd Apr 2026
| Reference | ocds-h6vhtk-060d77 |
| Common Procurement Vocabulary | Decontamination equipment |
| Procurement Method | Open 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
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
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.
