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
Laura Ferguson
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
NP48324 Emergency Planning Storage and Distribution
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
This Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) to NHS Scotland.
two.1.5) Estimated total value
Value excluding VAT: £3,300,000
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
- 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
This Contract is for the storage of 1760 pallets of Goods. The Contractor shall be required to store, manage, pick, pack, and prepare for dispatch and distribute the Goods to sites throughout Scotland and designated delivery points as directed by the Authority, including emergency deliveries. Collection may also be required by the Contractor as advised by the Authority.
The contract will be awarded to a single supplier. Full details of the Service can be found in the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Waste Minimisation (Stockpile Recycling) / Weighting: 10
Quality criterion - Name: Implementation / Weighting: 5
Quality criterion - Name: Business Continuity Planning / Weighting: 5
Quality criterion - Name: Distribution (Standard) / Weighting: 5
Quality criterion - Name: Distribution (CBRN) / Weighting: 5
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £3,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract includes the option to extend for any number of periods, up to a maximum overall period of twenty four (24) months upon giving not less that three (3) months notice, such notice to expire no later than the date the Contract 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.1.2) Economic and financial standing
List and brief description of selection criteria
The economic operator must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.
Minimum level(s) of standards possibly required
Product Loss, Theft, Damage and Destruction - 35000000GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
(a) Potential Contractors 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 Contractors must possess a current valid UK Government Home Office Controlled Drug Licence (Schedules 2-5).
(c) Potential Contractors and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.
(d) Potential Contractors must have a minimum of two (2) storage facilities with capacity to store 1760 pallets within the required storage conditions.
(e) Potential Contractors are required to provide evidence that their organisation has taken steps to build awareness of the climate change emergency and how they will respond.
Minimum level(s) of standards possibly required
(a) Confirmation of the existence of a storage and distribution site(s)’ current and valid MHRA Wholesale Distribution Authorisation registration certificate (including cold chain) covering POM, P and GSL medicines must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.
(b) Confirmation of possession of a current and valid Home Office Controlled Drugs Licence (Schedules 2-5), or documentary evidence of progress with renewal, must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.
(c) Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes.
(d) Confirmation of the existence of the required storage capacity and storage conditions must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control
(e) A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bidder's carbon emissions must be provided in the Qualification Envelope of the ITT under Environmental Management. This does not need to contain calculated carbon emissions.
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
27 June 2024
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
27 June 2024
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 referred to in Section II.1.5 covers the sixty (60) month contract duration and the twenty four (24) month extension period of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26669. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:765274)
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
https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courts
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the contract which notification will contain among other information, a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant contract. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract until the court proceedings are determined, discontinued, or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract 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 contract has been entered into are limited to the award of damages.