Tender

Storage and Distribution of Seasonal Influenza Vaccine and other Products to Community Pharmacy

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

F02: Contract notice

Notice identifier: 2021/S 000-016398

Procurement identifier (OCID): ocds-h6vhtk-02c780

Published 13 July 2021, 4:05pm



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

Email

stephanie.mcniven2@nhs.scot

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

Email

edinburgh@scotcourts.gov.uk

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.