Tender

NP48324 Emergency Planning Storage and Distribution

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

F02: Contract notice

Notice identifier: 2024/S 000-016581

Procurement identifier (OCID): ocds-h6vhtk-046ba5

Published 28 May 2024, 10:27am



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

Email

laura.ferguson7@nhs.scot

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

Email

edinburgh@scotcourts.gov.uk

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.