Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Contact person: Linda Downie
Telephone: +44 1698794410
E-mail: linda.downie3@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: http://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
Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Generic Medicine
Reference number: NP40921
II.1.2) Main CPV code
33600000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Supply of Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Generic Medicines to NHS Scotland.
II.1.5) Estimated total value
Value excluding VAT:
19 205 951.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
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:
32 516.00
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
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:
521 791.00
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: 18
II.2.1) Title
All Other Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Generic 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 Generic 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:
16 752 929.00
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
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 and it is envisaged a maximum of 6 Suppliers will be awarded to each 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:
1 898 715.00
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
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 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 or PLGB 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.
Minimum level(s) of standards required:
a) Confirmation of existence of a valid and current UK Marketing Authorisation (PL or PLGB 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.
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:
27/10/2021
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:
27/10/2021
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 values referred to in Section II.I.5 and all Lots cover 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 19471. 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.
(SC Ref:663589)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
Internet address(es)
URL: http://www.nhsscotlandprocurement.scot.nhs.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
24/09/2021