Contract

NP42223 Provision of Pharmaceutical Goods and Services to Prisons in NHS Scotland.

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

F03: Contract award notice

Notice identifier: 2023/S 000-003138

Procurement identifier (OCID): ocds-h6vhtk-032c8c

Published 1 February 2023, 3:06pm



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

Contact

Stephanie McNiven

Email

stephanie.mcniven2@nhs.scot

Telephone

+44 1312757454

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

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.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

NP42223 Provision of Pharmaceutical Goods and Services to Prisons in NHS Scotland.

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Public Contract is for the supply of pharmaceutical goods and services to prisons and community custody units located within nine health boards across NHSScotland.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75231230 - Prison services
  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Prisons and community custody units across NHS Scotland, a list of the prisons is available at http://www.sps.gov.uk/Corporate/Prisons/Prisons.aspx

two.2.4) Description of the procurement

The Authority is looking for one Supplier to provide the good and services to all noted Participating Authorities (the Contractual structure will be such that separate Contracts for each Participating Authority will be formed on the basis of the one Specification, and the one set of Terms and Conditions).

The Public Contracts are for the provision of pharmacy products and related services to all prisons and community custody units throughout Scotland in order to meet the pharmaceutical care needs of patients to agreed professional standards.

The Supplier appointed to the Contracts will be required to source and supply all required medicines and pharmaceutical supplies, dispense and deliver the Goods to all prisons and community custody units across Scotland and provide a professional pharmaceutical service to patients in these prisons.

The estimated value referred to in Section II.1.5 and II.2.6. does not include spend for the following medicines; Hepatitis C, Nicotine Replacement Therapy, Buvidal or Espranor. These medicines have an estimated total annual value of 5 900 000 (GBP) that the Supplier appointed to the Contract will be required to source.

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

two.2.5) Award criteria

Quality criterion - Name: Supply and Dispensing - Sourcing of Medicines / Weighting: 5%

Quality criterion - Name: Supply and Dispensing - Order Receipt and Dispensing/Stock Supply Process / Weighting: 5%

Quality criterion - Name: Supply and Dispensing - Delivery Solution / Weighting: 5%

Quality criterion - Name: Supply and Dispensing - Reporting Capabilities / Weighting: 5%

Quality criterion - Name: Professional Service - Patient Medication Record Creation and Maintenance / Weighting: 5%

Quality criterion - Name: Professional Service - Pharmaceutical Care Review Process & Reporting / Weighting: 5%

Quality criterion - Name: Professional Service - Clinical Governance Adherence / Weighting: 5%

Quality criterion - Name: Risk and Deliverability - Contingency Planning / Weighting: 10%

Quality criterion - Name: Risk and Deliverability - Implementation Process / Weighting: 5%

Quality criterion - Name: Sustainability - Transport / Weighting: 5%

Price - Weighting: 45

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-032501


Section five. Award of contract

Contract No

N/a

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section six. Complementary information

six.3) Additional information

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Provision of Pharmaceutical Goods and Services to Prisons in NHS Scotland on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’) where applicable.

The estimated value referred to in Section II.1.5 and II.2.6 cover(s) the thirty six (36) month Contract duration and the three (3) individual twelve (12) month extension periods of the Contract.

(SC Ref:721144)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

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

six.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 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.