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
Cameron Wright
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
NP31523 Albumin Products
two.1.2) Main CPV code
- 33141510 - Blood products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of albumin products to NHS Scotland.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,645,804
two.2) Description
two.2.2) Additional CPV code(s)
- 33141520 - Plasma extracts
- 33141540 - Albumin
- 33141510 - Blood products
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
The Scottish National Blood Transfusion Service, Edinburgh (SNBTS).
OR
Upon request: designated delivery points throughout Scotland for use by Participating Authorities
two.2.4) Description of the procurement
Supply of albumin products to NHS Scotland. The Authority has awarded the Framework Agreement as a ranked multi-supplier framework agreement per line to three (3) Framework Participants.
two.2.5) Award criteria
Quality criterion - Name: Security of Supply (Plasma Collection) / Weighting: 2.5
Quality criterion - Name: Security of Supply (Manufacturing Plant) / Weighting: 2.5
Quality criterion - Name: Security of Supply (Packaging and Labelling) / Weighting: 2.5
Quality criterion - Name: Security of Supply (Stock Holding Facility and Warehousing) / Weighting: 2.5
Quality criterion - Name: Contingency and Risk Management / Weighting: 15
Quality criterion - Name: Environmental Impact / Weighting: 5
Price - Weighting: 70
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2023/S 000-003355
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 April 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CSL Behring
4 Milton road
Haywards Heath
RH16 1AH
Telephone
+44 7827837466
Country
United Kingdom
NUTS code
- UKJ27 - West Sussex (South West)
The contractor is an SME
No
five.2.3) Name and address of the contractor
Biotest (UK) Ltd
Park Point, 17 High Street
Longbridge
B31 2UQ
Telephone
+44 7900260757
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bio Products Laboratory
Dagger Lane, Elstree
Hertfordshire
WD6 3BX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,645,804
Section six. Complementary information
six.3) Additional information
The estimated values referred to in Section II.1.7 and Section V.2.4 cover the twenty-six (26) month Framework Agreement initial duration and the twenty-two (22) month Framework Agreement extension duration.
(SC Ref:731440)
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
Internet address
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.
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.