Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NP40923 Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines

  • First published: 24 August 2023
  • Last modified: 24 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03f631
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")
Authority ID:
AA80495
Publication date:
24 August 2023
Deadline date:
25 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of Baclofen Intrathecal Injections to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: Linda Downie

E-mail: Linda.Downie3@nhs.scot

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.2) 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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html


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

NP40923 Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines

II.1.2) Main CPV code

33600000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This Framework Agreement is for the supply of Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines to health boards across NHS Scotland. The Goods have been split into twenty (20) categories, each of which is identified as a "Lot". Full details of each Lot is contained in section II.2 of this notice.

II.1.5) Estimated total value

Value excluding VAT: 35 467 873.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Baclofen Intrathecal Injections

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of Baclofen Intrathecal Injections to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 48 856.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for period(s) up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice of each extension, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Lot 2 - Oxycodone Injections

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014

II.2.4) Description of the procurement

The Supply of Oxycodone Injections to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 644 919.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 3

II.2.1) Title

Lot 3 - Levobupivacaine (As Hydrochloride) Sterile Wrapped Ampoules For Injection

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Levobupivacaine (As Hydrochloride) Sterile Wrapped Ampoules For Injection to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 1 081 676.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

Lot 4 - Oxycodone Hydrochloride Prolonged Release Tablets

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Oxycodone Hydrochloride Prolonged Release Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 231 183.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

Lot 5 - Buprenorphine Patches

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The supply of Buprenorphine Patches to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 339 460.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 6

II.2.1) Title

Lot 6 - Fentanyl Tablets (Sublingual)

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014

II.2.4) Description of the procurement

The Supply of Fentanyl Tablets (Sublingual) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 307 639.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 7

II.2.1) Title

Lot 7 - Fentanyl Sf Tablet (Buccal)

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of Fentanyl Sf Tablets(Buccal) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 3 843.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 8

II.2.1) Title

Lot 8 - Fentanyl Transdermal Patch

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of Fentanyl Transdermal Patch to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 198 499.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 9

II.2.1) Title

Lot 9 - Hydromorphone

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014

II.2.4) Description of the procurement

Supply of Hydromorphone Capsules and Injection to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 99 762.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 10

II.2.1) Title

Lot 10 - Lidocaine Chlorhexidine Gel

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of Lidocaine Chlorhexidine Gel to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 1 470 863.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 11

II.2.1) Title

Lot 11 - Morphine Sulfate Modified-Release capsule (12Hr)

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of Morphine Sulfate Modified-Release capsule (12hr) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 57 567.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 12

II.2.1) Title

Lot 12 - Morphine Sulfate Modified-Release capsule (24Hr)

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Morphine Sulfate Modified-Release capsule (24Hr) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 918.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 13

II.2.1) Title

Lot 13 - Morphine Sulfate Modified-Release Tablet

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014

II.2.4) Description of the procurement

The Supply of Morphine Sulfate Modified-Release Tablet to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 157 392.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 14

II.2.1) Title

Lot 14 - Oxycodone Hydrochloride Capsules

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014

II.2.4) Description of the procurement

The Supply of Oxycodone Hydrochloride Capsules to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 127 100.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 15

II.2.1) Title

Lot 15 - Propofol Injection

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Propofol Injection to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 3 611 463.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 16

II.2.1) Title

Lot 16 - Tramadol Hydrochloride Modified Release Tablets

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Tramadol Hydrochloride Modified Release Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 32 765.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 17

II.2.1) Title

Lot 17 - Oxycodone Oral Solution

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Oxycodone Oral Solution to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 257 688.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 18

II.2.1) Title

Lot 18 - Levobupivacaine (As Hydrochloride) Solution For Infusion

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

The Supply of Levobupivacaine (As Hydrochloride) Solution For Infusion to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 393 905.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 19

II.2.1) Title

Lot 19 - Supply to NHSS Pharmaceuticals "Specials" Service

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

NHSS Pharmaceutical 'Specials' Service, James Arnott Drive, Ninewells Hospital, Dundee, DD2 1UB ("PSS").

II.2.4) Description of the procurement

The supply of a range of Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines to the NHSS Pharmaceuticals "Specials" Service. The Authority intends to award this Lot as a single supplier framework agreement per product line. Full details of Goods and volumes can be found within the ITT documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical (Delivery Schedule) / Weighting: 7.5

Quality criterion: Technical (Batch Number) / Weighting: 7.5

Quality criterion: Technical (Expiry Date) / Weighting: 5

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 822 860.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 20

II.2.1) Title

Lot 20 - All Other Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of all other Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines in a range of presentations. The Authority intends awarding each line within this Lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Logistics / Weighting: 5

Price / Weighting:  95

II.2.6) Estimated value

Value excluding VAT: 25 579 509.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This framework includes the option(s) to extend for up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.1.1) 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 situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

III.1.3) Technical and professional ability

List and brief description of selection criteria:

(a)Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Marketing Authorisation (PL, PLGB, or PLPI number) that has been approved by the MHRA for all tendered Medicines at the date of submission of the tender.

(b)Potential Framework Participants and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.

(c)All tendered Goods must comply with the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency ("NPSA") Guidelines on Packaging and Labelling on pack design.

(d)Potential Framework Participants are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.

(e)Potential Framework Participants must be able to demonstrate that all devices tendered and associated ancillaries under this Framework Agreement comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002) and have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark for Ethyl Chloride Spray and Lidocaine Gel


Minimum level(s) of standards required:

(a)Confirmation of existence of a valid and current UK Marketing Authorisation (PL, PLGB, PLPI number) that has been approved by the MHRA for all tendered Medicines at the date of submission of the tender should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.

(b)Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Assurance Schemes.

(c)Confirmation that samples for tendered Goods will be supplied upon request to ensure compliance with the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency ("NPSA") Guidelines on Packaging and Labelling on pack design. Confirmation of sample provision should be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Products.

(d)A completed copy of the Bidder Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions should be provided in the Qualification Envelope of the ITT under Environmental Management Criteria. This does not need to contain calculated carbon emissions.

(e)Confirmation that all devices tendered and associated ancillaries which are classed as medical devices will carry the appropriate declaration of conformity for the UK market and display a valid CE, CE UKNI or UKCA mark prior to the start date of the Framework Agreement should be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.

III.2) Conditions related to the contract

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 with several operators.

IV.1.6) Information about electronic auction

An electronic auction will be used

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/09/2023

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 25/09/2023

Local time: 12:00

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 estimated values referred to in Section II.1.5 and all Lots covers the twenty-four (24) months framework duration and the twenty-four (24) month extension period of the framework agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24800. 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/contract.

Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a summary of the community benefits that have recently been delivered within Scotland, if at all, and 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 framework 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 (https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/).

(SC Ref:739882)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sherriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

E-mail: edinburgh@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.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.

VI.5) Date of dispatch of this notice

23/08/2023

Coding

Commodity categories

ID Title Parent category
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Linda.Downie3@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.