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

Contraceptive Medicines

  • First published: 11 February 2026
  • Last modified: 11 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
Authority ID:
AA84556
Publication date:
11 February 2026
Deadline date:
12 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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) (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

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:
marta.siwek@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.