Tender

Parenteral Nutrition Formulation Bags for Neo Nates

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

F02: Contract notice

Notice identifier: 2021/S 000-012346

Procurement identifier (OCID): ocds-h6vhtk-02b7ac

Published 2 June 2021, 4:35pm



The closing date and time has been changed to:

13 August 2021, 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) ("NSS")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Email

mairi.gibson@nhs.scot

Telephone

+44 1698794544

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://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/

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

Parenteral Nutrition Formulation Bags for Neo Nates

Reference number

NP30321

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply of Parenteral Nutrition Formulation Bags for Neo Nates in NHS Scotland.

two.1.5) Estimated total value

Value excluding VAT: £1,280,000

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

Licensed Triple Chamber Bags

Lot No

1

two.2.2) Additional CPV code(s)

  • 33692200 - Parenteral nutrition 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 Licensed Triple Chamber Nutrition Bags for Neo Nates in NHS Scotland. The Authority intends to award this Lot as a single supplier framework.

Full details of the 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: £8,000

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 includes the option(s) 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

Range of Unlicensed Compounded Formulation Nutrition Bags

Lot No

2

two.2.2) Additional CPV code(s)

  • 33692200 - Parenteral nutrition 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 Unlicensed Formulations of Compounded Nutrition Bags for Neo Nates in NHS Scotland.

The Authority intends to award this Lot as a single supplier framework.

Full details of the Goods and volumes can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Stability Data / Weighting: 12.5

Quality criterion - Name: Labelling and Outer Packaging / Weighting: 12.5

Quality criterion - Name: Contingency / Weighting: 10

Quality criterion - Name: Cold Chain Validation / Weighting: 5

Quality criterion - Name: Compliance with BP Monograph / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £840,000

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 includes the option(s) 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

Unlicensed Lipid Infusion Nutrition Bags

Lot No

3

two.2.2) Additional CPV code(s)

  • 33692200 - Parenteral nutrition 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 Unlicensed Lipid Infusion Nutrition Bags for Neo Nates in NHS Scotland.

The Authority intends to award each line of this Lot as a unranked multi-supplier framework to a maximum of three (3) Framework Participants.

Full details of the Goods and volumes can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Stability Data / Weighting: 12.5

Quality criterion - Name: Labelling and Outer Packaging / Weighting: 12.5

Quality criterion - Name: Contingency / Weighting: 10

Quality criterion - Name: Cold Chain Validation / Weighting: 5

Quality criterion - Name: Compliance with BP Monograph / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £430,000

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 includes the option(s) 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) For Lot One 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) For Lots Two and Three Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Manufacturing ‘Specials' license approved by MHRA.

(c) Potential Framework Participants and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.

Minimum level(s) of standards possibly required

(a) For Lot One confirmation of 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 should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.

(b) For Lots Two and Three confirmation of the existence of a valid and current UK Manufacturing 'Specials' License approved by the MHRA should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.

(c) 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.


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

Envisaged maximum number of participants to the framework agreement: 3

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

5 July 2021

Local time

12:00pm

Changed to:

Date

13 August 2021

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

5 July 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 the 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 645217. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:655945)

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

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.