Tender

Ustekinumab and Omalizumab

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

F02: Contract notice

Notice identifier: 2024/S 000-019767

Procurement identifier (OCID): ocds-h6vhtk-047344

Published 28 June 2024, 10:28am



Section one: Contracting authority

one.1) Name and addresses

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

The Jack Copland Centre,, 52 Research Avenue North, Heriot-Watt Research Park

Edinburgh

EH12 9EB

Contact

Paul Hornby

Email

paul.hornby@nhs.scot

Telephone

+44 1698794540

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

Ustekinumab and Omalizumab

Reference number

NP47924de

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply of Ustekinumab and Omalizumab to NHS Scotland

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

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

Ustekinumab

Lot No

1

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical 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 Ustekinumab presentations to NHS Scotland. The Authority intends to award this Lot as an unranked multi-supplier framework per product line to a maximum of six (6) Framework Participants.

This Lot will be awarded from 1 October 2024, for 24 months, with an expiry date of 30 September 2026. This Lot has the option to extend by any number of periods, up to the

maximum 24 months.

Full details of Goods and volumes can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion: API Source / Weighting: 5

Price - Weighting: 95

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework 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 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.2.13) 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

Omalizumab

Lot No

2

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical 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 Omalizumab presentations to NHS Scotland. The Authority intends to award this Lot as an unranked multi-supplier framework per product line to a maximum of three (3) Framework Participants.

This Lot will be awarded from 1 October 2024, for 24 months, with an expiry date of 30 September 2026. This Lot has the option to extend by any number of periods, up to the

maximum 24 months.

Full details of Goods and volumes can be found within the ITT documents

two.2.5) Award criteria

Quality criterion - Name: API Source / Weighting: 5

Price - Weighting: 95

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework 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 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.2.13) 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) Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Marketing Authorisation (PL, PLGB, or PLPI number) that has been approved by the MHRA for all tendered Medicines at the start date of the Framework Agreement.

(b) Potential Framework Participants and any sub-contractor(s) must possess valid

certification of BS EN ISO 9001 or equivalent.

(c) All tendered Goods must comply with the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency ("NPSA") Guidelines on Packaging and Labelling on pack design.

Minimum level(s) of standards possibly required

(a) Confirmation of existence of a valid and current UK Marketing Authorisation (PL, PLGB,

PLPI number) that has been approved by the MHRA for all tendered Medicines at the start

date of the Framework Agreement should be included in the Qualification Envelope of the

ITT under the Technical and Professional ability: Quality Control.

(b) 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.

(c) Confirmation that samples for tendered Goods will be supplied upon request to ensure compliance with the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency ("NPSA") Guidelines on Packaging and Labelling on pack design. Confirmation of sample provision should be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Products.


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: 6

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

29 July 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

Tender must be valid until: 30 October 2024

four.2.7) Conditions for opening of tenders

Date

29 July 2024

Local time

1:30pm


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

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26977. 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

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are required in this tender, details are available in the tender documents and relate to supporting the community benefit gateway

(SC Ref:770683)

six.4) Procedures for review

six.4.1) Review body

Sherriff 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