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
Stephanie McNiven
Telephone
+44 1698794410
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.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
Storage and Distribution of Seasonal Influenza Vaccine and other Products to Community Pharmacy
Reference number
NP30421
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract is for the storage and distribution of seasonal influenza vaccine & other products to community pharmacies across NHSScotland.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
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 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
This Contract is for the storage and distribution of seasonal influenza vaccine and other products to community pharmacies across NHSScotland.
Full details of the services required under the Contract are included in the tender document.
two.2.5) Award criteria
Quality criterion - Name: Contingency / Weighting: 10
Quality criterion - Name: Implementation / Weighting: 10
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
The Authority is entitled at its sole discretion to extend the twelve (12) month duration of the Contract by a total of up to thirty six (36) months by giving a minimum of three (3) months written notice of any such extension(s).
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
List and brief description of selection criteria
Potential Framework Participants will be expected to have minimum liability insurance of 1,000,000 GBP as per the Qualification Section of the ITT under Part 4B: Economic and Financial Standing.
Minimum level(s) of standards possibly required
Confirmation of existence of minimum liability insurance of 1,000,000 GBP. Confirmation of such should be included in the Qualification Envelope under Part 4B: Economic and Financial Standing
three.1.3) Technical and professional ability
List and brief description of selection criteria
(a) Potential Contract Participants must possess a current valid Wholesale Distribution Authorisation Human (WDA-H) issued by the Medicines and Healthcare products Regulatory Agency (MHRA). The licensed activities that are required within the WDA(H) are:
Medicinal Products
1.1 With “an authorisation” (a UK, Great Britain or Northern Ireland Marketing Authorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration)
1.2 Without “an authorisation” (a UK, Great Britain or Northern Ireland Marketing Authorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration) in GB or EEA and intended for the UK market
Authorised Wholesale Distribution Operations
2.2 Holding
2.3 Supply
Medicinal products with additional requirements
3.1.1 Narcotic or Psychotropic Products
3.1.3 Immunological Medicinal Products
3.3 Cold Chain Products (requiring low temperature handling)
Categories of products handled at this site
4.1 Prescription Only Medicines
4.4 Pharmacy
(b) Potential Contract Participants must hold, and continue to hold for the duration of the Contract, a valid a Home Office Controlled Drugs (CD) Licence for their premises for possession and supply of the following CD schedules:
- Schedule 2 (possession and supply)
- Schedule 3 (possession and supply)
- Schedule 4.1 (possession and supply)
- Schedule 5 (supply)
(c) Potential Contract Participants and any sub-contractor(s) must possess valid certification of BS EN ISO9001/ISO14001 or equivalent.
(d) Potential Contract Participants must have a minimum temperature controlled (2-8 degrees C)storage capacity of 15 pallets.
Minimum level(s) of standards possibly required
(a) Confirmation of the existence of a current and valid WDA issued by the Medicines and Healthcare products Regulatory Agency (MHRA) including the required licensed activities stated. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Control.
(b) Confirmation of the existence of a valid a Home Office Controlled Drugs (CD) Licence for their premises for possession and supply of the stated CD schedules.
(c) Confirmation of the existence of valid certification of BS EN ISO9001/ISO14001 or equivalent. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Assurance Schemes.
(d) Confirmation of the existence of a minimum temperature controlled (2-8 degrees C) storage capacity of 15 pallets. Evidence 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.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
12 August 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
12 August 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 covers the twelve (12) month contract duration and the thirty six (36) month extension period of the framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19056. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:660078)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+131 2252525
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.