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
https://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.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
NP86721 PCR Test Kit Assembly and Distribution Service
Reference number
NP86721
two.1.2) Main CPV code
- 79920000 - Packaging and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The assembly, distribution, and delivery of PCR test kits across Scotland
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
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
PCR Test Kit Assembly and Distribution
Lot No
1
two.2.2) Additional CPV code(s)
- 79920000 - Packaging and related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The scope of this procurement covers the assembly, distribution, and delivery of PCR test kits across Scotland. There are a number of key components to this service, namely the warehousing of products, the preparation of specific kit production, the fulfilment and delivery of orders, and returns management.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
Storage and Distribution of Test Consumables
Lot No
2
two.2.2) Additional CPV code(s)
- 79920000 - Packaging and related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The scope of the procurement covers the distribution, and delivery of test kits and consumables across Scotland. There are a number of key components to this service, namely the warehousing of products, the fulfilment and delivery of orders, and returns management.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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 situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
The economic operator must provide either -
an extract from its audited accounts in respect of its most recent full financial year stating the turnover of the economic operator in respect of such financial year, such extract certified on its face by a solicitor or a chartered accountant as being a true copy of the original document, or a statement certified by the economic operator’s auditors confirming the turnover of the economic operator in respect of its most recent full financial year.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Potential Framework Participants and any sub-contractor(s) must -
- possess valid certification of ISO 13485 or equivalent.
- be able to supply lot 1 and lot 2
Minimum level(s) of standards possibly required
Confirmation of the existence of valid certification of ISO 13485 or equivalent. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Assurance Schemes.
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 a single operator
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
30 June 2021
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
30 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18792. 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.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
- Suppliers must agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract.
- Suppliers must provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what they have achieved in outcomes.
- Suppliers must summarise what additional community benefits you propose to develop and deliver as part of this contract if successful.
- Suppliers are required to confirm that if successful you agree to participate in and support a process of ongoing contract and supplier development in this area including the tracking and reporting of community benefits delivered as part of this contract. This will also include the community benefit gateway that National Procurement will soon be launching identifying projects of interest across Scotland related to health improvements and local community benefit.
(SC Ref:655165)
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.