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
Telephone
+44 1698794410
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
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
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
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
Oncology Generic Medicines - Additions
Reference number
NP39721a
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of oncology generic medicines to NHS Scotland
two.1.5) Estimated total value
Value excluding VAT: £17,077,727
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
Everolimus 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 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 everolimus tablets to NHS Scotland. The Authority intends to award this Lot as a ranked multi-supplier framework to a maximum of six (6) Framework Participants. 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: £1,583,829
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option 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.
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
Dasatinib Tablets
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
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 dasatinib tablets to NHS Scotland. The Authority intends to award this Lot as a ranked multi-supplier framework to a maximum of six (6) Framework Participants. 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: £5,498,762
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option 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.
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
Cabazitaxel, Fulvestrant and Vinorelbine
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 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
The Authority intends to award this framework as a single supplier framework per line. 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: £6,875,366
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option 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.
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
Pemetrexed Solution for Infusion
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 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 pemetrexed solution for infusion to NHS Scotland. The Authority intends to award this Lot as a single supplier framework. Full details of Goods and volumes can be found within the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Range of Presentations / Weighting: 15
Quality criterion - Name: Extended Stability / Weighting: 10
Price - Weighting: 75
two.2.6) Estimated value
Value excluding VAT: £2,531,443
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option 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.
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
Pemetrexed Powder for Solution for Infusion
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 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 pemetrexed powder for solution for infusion to NHS Scotland. The Authority intends to award this Lot as a single supplier framework. Full details of Goods and volumes can be found within the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Range of Presentations / Weighting: 10
Quality criterion - Name: Extended Stability / Weighting: 10
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £2,531,443
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option 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.
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
Paclitaxel Albumin Powder for Suspension for Infusion
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 paclitaxel albumin powder for suspension for infusion to NHS Scotland. The Authority intends to award this Lot as an unranked multi-supplier framework to a maximum of six (6) Framework Participants. 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: £588,326
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option 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.
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 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 that has been approved by the MHRA for all tendered Goods 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 that has been approved by the MHRA for all tendered Goods 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
Date
13 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 April 2021
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 and within all Lots cover the nineteen (19) 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 18205. 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:647095)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
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.