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
Mairi Gibson
Telephone
+44 1698794544
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
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
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
Parenteral Nutrition for Adults and Paediatrics
Reference number
NP31321
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of Parenteral Nutrition for adults and paediatric patients in NHS Scotland.
two.1.5) Estimated total value
Value excluding VAT: £4,700,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Licensed Multi Chamber Bags
Lot No
1
two.2.2) Additional CPV code(s)
- 33692200 - Parenteral nutrition products
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
Supply of licensed multi chamber Parenteral Nutrition bags for adults and paediatric patients in NHS Scotland. The Authority intends to award this Lot as a unranked multi-supplier framework per line to a maximum of four (4) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Supply Chain / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £1,950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option to extend for period(s) up to a total of twelve (12) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Unlicensed Supplemented Multi Chamber Bags
Lot No
2
two.2.2) Additional CPV code(s)
- 33692200 - Parenteral nutrition products
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
Supply of unlicensed Parenteral Nutrition bags supplemented with vitamins and minerals for patients in NHS Scotland. The Authority intends to award this Lot as a unranked multi-supplier framework per line to a maximum of four (4) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Stability Data / Weighting: 10
Quality criterion - Name: Medicines Labelling and Outer Packaging / Weighting: 10
Quality criterion - Name: Compliance with BP Monograph / Weighting: 10
Quality criterion - Name: Contigency Plans / Weighting: 5
Quality criterion - Name: Cold Chain Validation / Weighting: 5
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option to extend for period(s) up to a total of twelve (12) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Components and Consumables
Lot No
3
two.2.2) Additional CPV code(s)
- 33692200 - Parenteral nutrition products
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
Supply of components and consumables used within delivery of Parenteral Nutrition to patients in NHS Scotland. The Authority intends to award this Lot as a unranked multi-supplier framework per line to a maximum of four (4) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £1,470,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This framework includes the option to extend for period(s) up to a total of twelve (12) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.3) Technical and professional ability
List and brief description of selection criteria
(a) For Lots One and Three Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Marketing Authorisation (PL or PLGB number) that has been approved by the MHRA for all tendered Medicines at the date of submission of the tender.
(b) For Lot Two Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Manufacturing ‘Specials' licence approved by MHRA.
(c) Potential Framework Participants and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.
(d) For Lot Three Potential Framework Participants must be able to demonstrate that all devices tendered and associated ancillaries under this Framework Agreement comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002) and have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark.
Minimum level(s) of standards possibly required
(a) For Lots One and Three confirmation of existence of a valid and current UK Marketing Authorisation (PL or PLGB number) that has been approved by the MHRA for all tendered Medicines 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.
(b) For Lot Two confirmation of existence of a valid and current UK Manufacturing 'Specials' License approved by the MHRA. Confirmation of such a license should be included in the Qualification Envelope of the ITT under the Technical and Professional ability: Quality Control.
(c) Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent. Confirmation of such certification should be included in the Qualification Envelope of the ITT under the Quality Assurance Schemes.
(d) For Lot Three confirmation that all devices tendered and associated ancillaries which are classed as medical devices will carry the appropriate declaration of conformity for the UK market and display a valid CE, CE UKNI or UKCA mark prior to the start date of the Framework Agreement should be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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
Originally published as:
Date
23 August 2021
Local time
12:00pm
Changed to:
Date
27 August 2021
Local time
12:00pm
See the change notice.
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
23 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 and within all Lots cover(s) the thirty six (36) month contract duration and the twelve (12) month extension period of the framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18974. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is not envisaged that sub-contractors will be utilised in delivery of this framework agreement.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
No Community Benefits will be deliverable through the award of this framework agreement.
(SC Ref:660399)
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
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.