The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Antibiotic, Antiviral & Genito Urinary Medicines
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 Antibiotic, Antiviral & Genito Urinary Medicines to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework 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: Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
81 130 608.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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
Tobramycin, Colistimethate and Dornase Alfa Medicines for Inhalation
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 Tobramycin, Colistimethate and Dornase Alfa Medicines for Inhalation to NHS Scotland.
The Authority intends to award this Lot as an unranked multi-supplier framework per product line to a maximum of six (6) Framework Participants.
Full details of Goods and volumes can be found within the ITT documents
II.2.5) Award criteria
Criteria below:
Quality criterion: Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
1 293 664.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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
Emergency Planning Antibiotics
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 Emergency Planning Antibiotics to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework 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: Delivery Schedule
/ Weighting: 10
Quality criterion: Best Expiry Date
/ Weighting: 10
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
2 078 868.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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
Antibiotics for supply to the National NHS Pharmaceutical Specials Service (PSS)
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 Antibiotics for supply to the National NHS Pharmaceutical Specials Service (PSS) to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework 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: Ability to supply same batch
/ Weighting: 10
Quality criterion: Ability to confirm 12 months expiry on delivery
/ Weighting: 5
Quality criterion: Quarterly delivery schedule
/ Weighting: 5
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
1 189 536.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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
Vancomycin 1g & 500mg powder for solution for infusion vials –single vials
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 Vancomycin 1g & 500mg powder for solution for infusion vials –single vials to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework.
Full details of Goods and volumes can be found within the ITT documents
II.2.5) Award criteria
Criteria below:
Quality criterion: Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
1 042 364.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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: 6
II.2.1) Title
Vancomycin 1g & 500mg powder for solution for infusion vials – 10 vial pack
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 Vancomycin 1g & 500mg powder for solution for infusion vials – 10 vial pack to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework.
Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
2 008 288.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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: 7
II.2.1) Title
Vancomycin 1g & 500mg powder for solution for infusion vials – 5 vial pack
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 Vancomycin 1g & 500mg powder for solution for infusion vials – 5 vial pack to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework.
Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
1.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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: 8
II.2.1) Title
Teicoplanin 200mg & 400mg powder and solvent for solution for injection vials – single vials
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 Teicoplanin 200mg & 400mg powder and solvent for solution for injection vials – single vials to NHS Scotland.
The Authority intends to award this Lot as a single supplier framework.
Full details of Goods and volumes can be found within the ITT documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Logistics
/ Weighting: 5
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
197 764.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This framework includes the option to extend for any number of periods, up to a maximum overall period of 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
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 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 Framework start date.
(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.
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 Framework start date 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 value(s) referred to in Section II.1.5 and within all Lots cover(s) the thirty-six (36) month contract duration and the twelve (12) month extension period of the framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29972. 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.
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/).