Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Contact person: Marta Siwek
Telephone: +44 1312756000
E-mail: marta.siwek@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics
Address of the buyer profile: https://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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
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
Contraceptive Medicines
Reference number: NP41426
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 Contraceptive Medicines to health boards across NHS
Scotland. The Goods have been split into five (5) 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:
12 017 956.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 5 lots
II.2) Description
Lot No: 1
II.2.1) Title
Oral Contraceptive 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 Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
II.2.4) Description of the procurement
Supply of Oral Contraceptive Tablets to NHS Scotland. The Authority intends to award this Lot as a Unranked Multi-Supplier Framework on Line-by-Line Basis. Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Supply Chain Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
695 296.00
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 two (2) times twelve (12) 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: 2
II.2.1) Title
Levonorgestrel Intrauterine Device
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 Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
II.2.4) Description of the procurement
Supply of Levonorgestrel Intrauterine Device to NHS Scotland. The Authority intends to award this Lot as a Unranked Multi-Supplier Framework on Line-by-Line Basis. Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Supply Chain Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
7 842 402.00
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 two (2) times twelve (12) 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: 3
II.2.1) Title
Contraceptives Implants
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 Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
II.2.4) Description of the procurement
Supply of Contraceptives Implants to NHS Scotland. The Authority intends to award this Lot as a Single Supplier Framework on Line-by-Line Basis. Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Supply Chain Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
5 752 914.00
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 two (2) times twelve (12) 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: 4
II.2.1) Title
Contraceptives 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 Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
II.2.4) Description of the procurement
Supply of Contraceptives Injections to NHS Scotland. The Authority intends to award this Lot as a Single Supplier Framework on Line-by-Line Basis. Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Supply Chain Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
365 739.00
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 two (2) times twelve (12) 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: 5
II.2.1) Title
All Other Contraceptive Products
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 Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
II.2.4) Description of the procurement
Supply of All Other Contraceptive Products to NHS Scotland. The Authority intends to award this Lot as a Single Supplier Framework on Line-by-Line Basis. Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Supply Chain Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
366 109.00
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 two (2) times twelve (12) 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:
List and brief description of conditions:
Economic operators may be excluded from this competition if they are in breach of any situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
III.1.2) Economic and financial standing
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 at the
date of submission of the tender.
(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.
Minimum level(s) of standards required:
(a) Confirmation of 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, 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 at the date of submission of the tender 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.
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 at the
date of submission of the tender.
(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.
Minimum level(s) of standards required:
(a) Confirmation of 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, 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 at the date of submission of the tender 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.
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.1.8) 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:
12/03/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
12/03/2026
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 value(s) referred to in Section II.1.5 and within all Lots cover(s) the twenty four (24) month contract duration and the two time twelve (12) month extension period of the framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28651. 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/contractors agree to support the concept, provision, and ongoing
development of community benefits provision in relation to this framework/contract.
Potential framework participants/contractors 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/contractors are required to summarise any proposed community benefits that will be developed and
delivered as part of this framework/contract if successful or, alternatively, potential framework participants/contractors 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/).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28651. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is not envisaged that sub-contractors will be utilised in delivery of this framework agreement.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
No Community Benefits will be deliverable through the award of this framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31001. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
N/A
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
N/A
(SC Ref:820742)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff 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:
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
10/02/2026