← Back to opportunities

SNBTS Clean Room Decontamination System

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

Buyer Contact Info

Buyer Name: The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

Buyer Address: 1 South Gyle Crescent, Edinburgh, UKM, EH12 9EB

Contact Email: michael.walker3@nhs.scot

Contact Telephone: +44 1312756000

Status
active
Procedure
open
Value
118000.0 GBP
Published
14 Nov 2025, 00:00
Deadline
15 Dec 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
42924720
Region
n/a
Awarded To
n/a
Official Source
Open Public Contracts Scotland

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.

Linked Documents

Some PCS documents require login and recording interest on the source portal before download links are available.

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV543645

Link Title: SNBTS Clean Room Decontamination System

Link 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.

Lots

Lot Description: 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.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): NHS Requirement

Lot 1 Award Criterion (cost): Cost

Documents

Document Title: SNBTS Clean Room Decontamination System

Document 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.

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "org-26",
    "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
  },
  "date": "2025-11-14T00:00:00Z",
  "description": "The estimated values referred to in Section II.1.5 and 11.2.6 covers the 12 month contract duration of\r\n the contract.\r\n 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\r\n (SC Ref:815298)",
  "id": "rls-40-NOV543645",
  "initiationType": "tender",
  "language": "EN",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815298",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-r6ebe6-0000815298",
  "parties": [
    {
      "address": {
        "locality": "Edinburgh",
        "postalCode": "EH12 9EB",
        "region": "UKM",
        "streetAddress": "1 South Gyle Crescent"
      },
      "contactPoint": {
        "email": "michael.walker3@nhs.scot",
        "telephone": "+44 1312756000",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "id": "Body governed by public law",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Health",
            "id": "07",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
      },
      "id": "org-26",
      "identifier": {
        "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
      },
      "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "locality": "Edinburgh",
        "postalCode": "EH1 1LB",
        "streetAddress": "27 Chambers Street"
      },
      "contactPoint": {
        "email": "edinburgh@scotcourts.gov.uk",
        "url": "http://"
      },
      "id": "org-58",
      "identifier": {
        "legalName": "Sherriff Court House"
      },
      "name": "Sherriff Court House",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-12-15T11:00:00Z"
    },
    "bidOpening": {
      "date": "2025-12-15T11:00:00Z"
    },
    "classification": {
      "id": "33100000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "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.",
    "documents": [
      {
        "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.",
        "documentType": "contractNotice",
        "format": "text/html",
        "id": "NOV543645",
        "title": "SNBTS Clean Room Decontamination System",
        "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV543645"
      }
    ],
    "hasRecurrence": false,
    "id": "NPNSS06425",
    "items": [
      {
        "additionalClassifications": [
          {
            "id": "42924720",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM75"
          }
        ],
        "deliveryLocation": {
          "description": "Scottish National Blood Transfusion Service (SNBTS)\r\n Jack Copland Centre\r\n 52 Research Avenue North\r\n Edinburgh\r\n EH14 4BE"
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "70%",
              "name": "NHS Requirement",
              "type": "quality"
            },
            {
              "description": "30%",
              "name": "Cost",
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 360
        },
        "description": "The Scottish National Blood Transfusion Service (SNBTS), part of NHS National Services Scotland (NHS NSS) (\u00e2\u0080\u009cHealth Board\u00e2\u0080\u009d) 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.\r\n 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\u00e2\u0080\u0099s priority is to ensure that NHS Scotland has enough blood to meet the transfusion needs of patients in Scotland.\r\n 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.\r\n 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\u00e2\u0080\u0099s routine cleaning and sanitisation regime. This is achieved using Vapour Hydrogen Peroxide (VHP).\r\n 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.\r\n The supplier shall act as the Principal Contractor and shall be responsible for the supply, installation and commissioning of the replacement system andassociated equipment.",
        "hasOptions": false,
        "hasRenewal": false,
        "id": "1",
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "reviewDetails": "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 \u00e2\u0080\u0098standstill period\u00e2\u0080\u0099 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.",
    "selectionCriteria": {
      "criteria": [
        {
          "description": "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.",
          "type": "suitability"
        },
        {
          "minimum": "4B.1.1 Bidders will be required to have a minimum \u00e2\u0080\u009cgeneral\u00e2\u0080\u009d yearly turnover of GBP 236000 for the last 3 years.\r\n 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.\r\n 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:\r\n Employer\u00e2\u0080\u0099s (Compulsory) Liability Insurance = GBP5m\r\n Public Liability Insurance = GBP5m\r\n Product Liability Insurance = GBP5m",
          "type": "economic"
        },
        {
          "minimum": "Minimum level(s) of standards required:\r\n - All tendered products must fully comply with the NHS Requirement included within the tender documents;\r\n - 4.C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the\r\n services/supplies as described in part II.2.4 of the FTS/OJEU Contract Notice.\r\n \u00e2\u0080\u0094 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE/ UKCA marked. Evidence\r\n should be in the form of certification issued by a notified body.\r\n - 4D.1 Quality Management Procedures\r\n 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN\r\n ISO 9001 (or equivalent),\r\n OR\r\n 2. The bidder must have the following:\r\n a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that\r\n the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is\r\n periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and\r\n set out responsibilities for quality management throughout the organisation.\r\n b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that\r\n the bidder\u00e2\u0080\u0099s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of\r\n output and general performance.\r\n c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this\r\n must include the quality of output and general performance. The bidder must be able to provide copies of their organisation\u00e2\u0080\u0099s\r\n documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management\r\n throughout the bidder\u00e2\u0080\u0099s organisation. They must set out how the bidder\u00e2\u0080\u0099s organisation will carry out its policy, with a clear indication of\r\n how the arrangements are communicated to the workforce.\r\n d. Documented arrangements for providing the bidder\u00e2\u0080\u0099s workforce with quality related training and information appropriate to the type of\r\n work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training\r\n arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must\r\n include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including\r\n copies of job profiles; training manuals and records.\r\n e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The\r\n bidder\u00e2\u0080\u0099s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and\r\n general performance.\r\n f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which\r\n they are being engaged.\r\n g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their\r\n organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
    "submissionTerms": {
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-12-15T11:00:00Z"
    },
    "title": "SNBTS Clean Room Decontamination System",
    "value": {
      "amount": 118000.0,
      "currency": "GBP"
    }
  }
}