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