Tender

Generic Medicines Transition Tender

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

F02: Contract notice

Notice identifier: 2022/S 000-003616

Procurement identifier (OCID): ocds-h6vhtk-0314bb

Published 8 February 2022, 4:45pm



The closing date and time has been changed to:

11 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.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

Contact

Ruaridh Armitage

Email

ruaridh.armitage@nhs.scot

Telephone

+44 1698794410

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nhsscotlandprocurement.scot.nhs.uk/

Buyer's address

http://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

Generic Medicines Transition Tender

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Procurement is for the supply of a range of Generic Medicines to health boards across NHS Scotland. The Goods have been split into 7 individual Framework Agreements. Full details of each individual Framework Agreement is contained in section II.2 of this notice.

two.1.5) Estimated total value

Value excluding VAT: £7,343,989

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

NP35922b - Treprostinil Solution for Infusion & Beclometasone / Formoterol Inhaler

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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to new Public Bodies (Joint Working) Scotland Act 2014.

two.2.4) Description of the procurement

The Supply of Treprostinil Solution for Infusion & Beclometasone / Formoterol Inhaler to NHS Scotland in a range of presentations.

The Authority intends awarding each product line as a multi-supplier unranked framework agreement to an envisaged maximum of 6 Suppliers awarded to each line.

Start Date: 01.05.22

End Date: 30.04.23

Full details of Goods and volumes 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: £616,659

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

Start date

1 May 2022

End date

30 April 2023

This contract is subject to renewal

No

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

NP39722b - Sorafenib & Thalidomide Tablets

Lot No

3

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
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.

two.2.4) Description of the procurement

The Supply of Sorafenib & Thalidomide Tablets to NHS Scotland in a range of presentations.

The Authority intends awarding each product line as a multi-supplier unranked framework agreement to an envisaged maximum of 6 Suppliers being awarded to each line.

Start Date: 01.05.22

End Date: 31.01.23

Full details of Goods and volumes 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: £731,678

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

Start date

1 May 2022

End date

31 January 2023

This contract is subject to renewal

No

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

NP35922c - Pirfenidone Tablets

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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

two.2.4) Description of the procurement

Supply of Pirfenidone Tablets in a range of presentations.

The Authority intends awarding each line to a single Framework Participant within the single supplier Framework Agreement.

Start Date: 01.05.22

End Date: 30.04.23

Full details of Goods and volumes 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: £2,625,807

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

Start date

1 May 2022

End date

30 April 2023

This contract is subject to renewal

No

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

NP39722c - Sunitinib Tablets

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

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

two.2.4) Description of the procurement

Supply of Sunitinib Tablets in a range of presentations.

The Authority intends awarding each line to a single Framework Participant within this single supplier Framework Agreement.

Start Date: 01.05.22

End Date: 31.01.23

Full details of Goods and volumes 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: £763,820

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

Start date

1 May 2022

End date

31 January 2023

This contract is subject to renewal

No

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

NP39822b - Deferasirox dispersible tablets, Hyoscine butylbromide tablets, Sapropterin soluble tablets & Tolvaptan Tablets

Lot No

5

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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

two.2.4) Description of the procurement

Supply of Deferasirox dispersible tablets, Hyoscine butylbromide tablets, Sapropterin soluble tablets & Tolvaptan tablets in a range of presentations.

The Authority intends awarding each line to a single Framework Participant within this single supplier Framework Agreement.

Start Date: 01.05.22

End Date: 31.07.23

Full details of Goods and volumes 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: £2,602,694

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

Start date

1 May 2022

End date

31 July 2023

This contract is subject to renewal

No

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

NP40922b - Oxycodone/Naloxone Tablets

Lot No

6

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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to new Public Bodies (Joint Working) Scotland Act 2014.

two.2.4) Description of the procurement

The Supply of Oxycodone/Naloxone Tablets to NHS Scotland in a range of presentations.

The Authority intends awarding each product line as a multi-supplier unranked framework agreement to an envisaged maximum of 6 Suppliers being awarded to each line.

Start Date: 01.05.22

End Date: 31.01.24

Full details of Goods and volumes 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: £3,296

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

Start date

1 May 2022

End date

31 January 2024

This contract is subject to renewal

No

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

NP40922c - Analgesics, Anaesthetics & Musculoskeletal Generic Medicines

Lot No

7

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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

two.2.4) Description of the procurement

The supply of additional generic medicines used as Analgesics, Anaesthetics & to treat musculoskeletal conditions. This includes the supply of Co-Codamol, Ibuprofen & Paracetamol in a range of presentations.

The Authority intends awarding each line to a single Framework Participant within this single supplier Framework Agreement.

Start Date: 01.05.22

End Date: 31.01.24

Full details of Goods and volumes 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: £200,000

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

Start date

1 May 2022

End date

31 January 2024

This contract is subject to renewal

No

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.

(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 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. 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.


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

Originally published as:

Date

10 March 2022

Local time

12:00pm

Changed to:

Date

11 March 2022

Local time

12:00pm

See the change notice.

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

10 March 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 11.1.5 & II.2 cover(s) the contract duration for each individual Framework Agreement being awarded as a result of this procurement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20281. 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 Requirement 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:680342)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

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

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.