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

Storage and Distribution of Seasonal Influenza Vaccines & Other Products

  • First published: 30 November 2023
  • Last modified: 30 November 2023

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

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

Contents

Summary

OCID:
ocds-h6vhtk-041dc3
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Authority ID:
AA78302
Publication date:
30 November 2023
Deadline date:
19 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority seeks to award a Public Contract to a single supplier to provide storage and distribution services for seasonal influenza vaccines and other products to all noted Participating Authorities.

Full detail of the Contract requirements can be found within the ITT documents.

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")

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

Edinburgh

EH12 9EB

UK

Contact person: Laura Ferguson

Telephone: +44 773663347

E-mail: laura.ferguson7@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


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

Storage and Distribution of Seasonal Influenza Vaccines & Other Products

Reference number: NP45724

II.1.2) Main CPV code

63120000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Public Contract is for the storage and distribution of seasonal influenza vaccines and other products to sites across NHS Scotland.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

63120000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Distribution of seasonal influenza vaccines and other products to sites across Scotland.

Full details of delivery sites are listed in the ITT documents.

II.2.4) Description of the procurement

The Authority seeks to award a Public Contract to a single supplier to provide storage and distribution services for seasonal influenza vaccines and other products to all noted Participating Authorities.

Full detail of the Contract requirements can be found within the ITT documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Service & Ordering / Weighting: 10

Quality criterion: Responsiveness - Delivery Schedule / Weighting: 10

Quality criterion: Responsiveness - Adaptability / Weighting: 5

Quality criterion: Implementation / Weighting: 10

Quality criterion: Reporting Capabilities / Weighting: 5

Quality criterion: Sustainability / Weighting: 5

Price / Weighting:  55

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract may be extended at the sole discretion of the Authority for period(s) of up to a total period of twenty four (24) months, giving not less than three (3) months written notice, such notice to expire no later than the date the Contract is due to expire.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Economic operators may be excluded from this competition if they are in breach of any situation referred to in regulation 58 of the Public Contract (Scotland) Regulations 2015.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The economic operator must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:


Minimum level(s) of standards required:

Product Loss, Theft, Damage and Destruction - 30000000GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

(a) Potential Contractors must possess a current valid Wholesale Distribution

Authorisation Human (WDA(H)) issued by the Medicines and Healthcare products Regulatory Agency (MHRA).

The licensed activities that are required within the WDA(H) are:

Medicinal Products

1.1 With “an authorisation” (a UK, Great Britain or Northern Ireland Marketing Authorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration)

1.2 Without “an authorisation” (a UK, Great Britain or Northern Ireland Marketing

Authorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration) in GB or EEA and intended for the UK market

Authorised Wholesale Distribution Operations

2.2 Holding

2.3 Supply

Medicinal products with additional requirements

3.1.3 Immunological Medicinal Products

3.3 Cold Chain Products (requiring low temperature handling)

Categories of products handled at this site

4.1 Prescription Only Medicines

4.4 Pharmacy

(b) Potential Contractors and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.

(c) Potential Contractors must have a minimum temperature controlled (2-8 degrees C) storage capacity of 235 pallets and minimum ambient temperature controlled storage capacity of 33 pallets.

(d) Potential Contractors 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 the existence of a current and valid WDA(H) (including cold chain) including POM, P and GSL medicines. Confirmation of such certification should be included in the Qualification Envelope of the ITT under Quality Control.

(b) Confirmation of the existence of valid certification of BS EN ISO9001 or equivalent. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Assurance Schemes.

(c) Confirmation of the existence of a minimum temperature controlled (2-8degrees C) storage capacity of 235 pallets and minimum ambient temperature controlled storage capacity of 33 pallets. Evidence at the date of submission of the tender should be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.

(d) A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bidder's carbon emissions must be provided in the Qualification Envelope of the ITT under Environmental Management. 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.1.8) 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: 19/01/2024

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 19/01/2024

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 referred to in Section II.1.5 and II.2.6 cover(s) the forty eight (48) month Contract duration and the total twenty-four (24) month extension option of the Contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25200. 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 Contractors agree to support the concept, provision and ongoing development of community benefits provision in relation to this Contract.

Potential Contractors are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.

Potential Contractors are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, Potential 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 www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway

(SC Ref:751282)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

Internet address(es)

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

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the contract 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 contract. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract 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 contract has been entered into are limited to the award of damages.

VI.5) Date of dispatch of this notice

29/11/2023

Coding

Commodity categories

ID Title Parent category
63120000 Storage and warehousing services Cargo handling and storage services

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:
laura.ferguson7@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.