Opportunity

Antibiotic, Antiviral & Genito Urinary Medicines

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice reference: 2022/S 000-000510

Published 7 January 2022, 2:34pm



Section one: Contracting authority

one.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

Email

siobhan.ramage@nhs.scot

Telephone

+44 1698794410

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Antibiotic, Antiviral & Genito Urinary Medicines

Reference number

NP36122

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework Agreement is for the supply of Antibiotic, Antiviral & Genito Urinary Medicines to health boards across NHS Scotland. The Goods have been split into four (4) categories, each of which is identified as a "Lot". Full details of each Lot is contained in section II.2 of this notice.

two.1.5) Estimated total value

Value excluding VAT: £54,927,224

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Tobramycin, Colistimethate and Dornase Alfa Medicines for Inhalation

Lot No

2

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
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.

two.2.4) Description of the procurement

Supply of Tobramycin, Colistimethate and Dornase Alfa Medicines for Inhalation to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of six (6) Framework Participants will be awarded to each line. Full details can be found within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Logistics / Weighting: 5%

Price - Weighting: 95

two.2.6) Estimated value

Value excluding VAT: £891,564

two.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 Agreement includes the option to extend for period(s) up to a combined total period of twenty-four (24) months, upon giving not less than three (3) months written notice of each extension, such notice to expire no later than the date the Framework Agreement is due to expire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Antibiotics for supply to the National NHS Pharmaceutical Specials Service (PSS)

Lot No

4

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

National NHS Pharmaceutical Specials Service (PSS), James Arnott Drive, Ninewells Hospital & Medical School, Dundee, DD2 1UB.

two.2.4) Description of the procurement

This Lot is for the supply of twenty five (25) Antibiotic products direct to the National NHS Pharmaceutical Specials Service (PSS), based in NHS Tayside. The Authority intends awarding each product line within this lot to a single Framework Participant. Full details can be found within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Batch Number / Weighting: 7.5%

Quality criterion - Name: Delivery Schedule / Weighting: 7.5%

Quality criterion - Name: Expiry Date / Weighting: 5%

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £1,262,480

two.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 Agreement includes the option to extend for period(s) up to a combined total period of twenty-four (24) months, upon giving not less than three (3) months written notice of each extension, such notice to expire no later than the date the Framework Agreement is due to expire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Antibiotic, Antiviral & Genito Urinary Medicines

Lot No

1

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
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.

two.2.4) Description of the procurement

Supply of Antibiotic, Antiviral & Genito Urinary Medicines to NHS Scotland. The Authority intends awarding each product line within this Lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Logistics / Weighting: 5%

Price - Weighting: 95

two.2.6) Estimated value

Value excluding VAT: £50,173,956

two.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 Agreement includes the option to extend for period(s) up to a combined total period of twenty-four (24) months, upon giving not less than three (3) months written notice of each extension, such notice to expire no later than the date the Framework Agreement is due to expire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Emergency Planning Antibiotics

Lot No

3

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

TPS Healthcare Ltd, 27-35 Napier Place, Wardpark, Cumbernauld, G68 0LL.

two.2.4) Description of the procurement

The Emergency Planning Antibiotic Lot includes six (6) products to be directly purchased by the Authority with direct deliveries to one nominated distributor to be held locally in Scotland for Emergency Pandemic purposes. The Authority intends awarding each product line within this Lot to a single Framework Participant. Full details can be found within the ITT.

two.2.5) Award criteria

Quality criterion - Name: Manufacturing Plant / Weighting: 2.5%

Quality criterion - Name: API Sources / Weighting: 2.5%

Price - Weighting: 95

two.2.6) Estimated value

Value excluding VAT: £2,599,224

two.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 Agreement includes the option to extend for period(s) up to a combined total period of twenty-four (24) months, upon giving not less than three (3) months written notice of each extension, such notice to expire no later than the date the Framework Agreement is due to expire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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 at the date of submission of the tender.

(c) Potential Framework Participants must be able to demonstrate that all medical devices and associated ancillaries which are classed as medical devices tendered 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 at the date of submission of the tender.

(d) 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 possibly 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 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 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 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.

(d) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 February 2022

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

7 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The estimated value(s) referred to in Section II.1.5 & All Lots cover(s) the twenty four (24) month contract 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 20261. 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:

The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefit proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award.

(SC Ref:677344)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Country

United Kingdom

six.4.3) Review procedure

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.