Tender

Homecare Services for the supply of Parenteral Nutrition bags

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

F02: Contract notice

Notice identifier: 2024/S 000-019895

Procurement identifier (OCID): ocds-h6vhtk-0478a0

Published 1 July 2024, 9:40am



The closing date and time has been changed to:

16 September 2024, 12:00pm

See the change notice.

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

Mrs Lorna Mairi Gibson

Email

mairi.gibson@nhs.scot

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/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

Homecare Services for the supply of Parenteral Nutrition bags

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework Agreement is for the Homecare Service for the supply of Parenteral Nutrition bags, compounded or supplied as standard multi chamber or supplemented, or as simple fluid bags manufactured under Special license in accordance with each individual patient's prescription, dispensed and delivered to them at home, or other designated delivery points on behalf of NHS Scotland.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33612000 - Medicinal products for functional gastrointestinal disorders

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 Framework Agreement is for the provision of a Homecare Service for the supply of Parenteral Nutrition bags, compounded or supplied as standard multi chamber bags or supplemented, or as simple fluid bags individually dispensed and delivered to them at home along with the regular supply of the associated ancillaries delivered to patients in their own homes, or other designated delivery points on behalf of NHS Scotland.

It also includes the collection and removal of waste from a patient, and has the option to supply additional nursing support services.

Full details for the service are detailed within the 'Service Specification' attached within the tender documentation.

This tender is for approximately 260 patients across NHS Scotland resulting in the requirement to manufacture or supply approximately 75,000 nutrition bags and make approximately 7,000 home deliveries per annum. The number of patients, compounded bags and deliveries will vary throughout the duration of the framework agreement.

The framework agreement will be awarded as a multi-supplier unranked Framework to a maximum of four (4) suppliers. Full details of the Goods and Services can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Management of Service / Weighting: 15

Quality criterion - Name: Buisness Continuity Plans / Weighting: 15

Quality criterion - Name: Delivery Services / Weighting: 10

Quality criterion - Name: Nursing Services / Weighting: 5

Quality criterion - Name: Travel Services / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £60,000,000

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

Duration in months

48

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 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.2.12) 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.1.2) Economic and financial standing

List and brief description of selection criteria

The turnover of the economic operator in respect of its most recent full financial year must have been equal to or more than 20000000

(GBP).

Minimum level(s) of standards possibly required

(1) an extract from its audited accounts in respect of its most recent full financial year stating the turnover of the economic operator in

respect of such financial year, such extract certified on its face by a solicitor or a chartered accountant as being a true copy of the original

document, or

(2) a statement certified by the economic operator’s auditors confirming the turnover of the economic operator in respect of its most recent

full financial year.

three.1.3) Technical and professional ability

List and brief description of selection criteria

(a) All of the dispensed Goods supplied under the Framework Agreement will be dispensed in a pharmacy which at the time of dispensing is registered with the General Pharmaceutical Council.

(b) Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Manufacturing ‘Specials' licence approved by MHRA.

(c) All of the Pharmacist and Pharmacy Technician staff used to service this Framework Agreement will be registered with the General Pharmaceutical Council.

(d) The successful Framework Participant(s) and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.

(e) The successful Framework Participant(s) 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.

(f) All staff in direct patient contact will be undertaken by staff, including sub-contractors and couriers that, are members of the relevant Protecting Vulnerable Groups Scheme at the point of service provision, have Standard Disclosure clearance in accordance with the prevailing regulations.

(g) The successful Framework Participant(s) are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.

(h) All nursing staff used to provide clinical services to patients during this framework Agreement will be registered with the current Nursing and Midwifery Council (NMC).

(i) The successful Framework Participant(s) and any sub-contractor(s) providing nursing services during this Framework Agreement must be registered with the Care Inspectorate in Scotland.

(j) The successful Framework Participant(s) and any sub-contractor(s) must possess a waste carriers’ licence.

(k) The successful Framework Participant(s) and any sub-contractor(s) must possess a waste management licence.

Minimum level(s) of standards possibly required

(a) Confirmation that dispensing site(s)’ General Pharmaceutical Council registration certificate must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.

(b) Confirmation of the 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 Work Instructions and a description of the processes that would be in place to ensure all Pharmacists and Pharmacy Technicians employed to service this Framework Agreement were registered with the General Pharmaceutical Council at the time of service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts.

(d) Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent. Confirmation of such certification must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes.

(e) 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.

(f) Confirmation of Work Instructions and a description of the processes that would be in place to ensure all staff in direct patient contact will be undertaken by staff, including sub-contractors and couriers that, are members of the relevant Protecting Vulnerable Groups Scheme at the point of service provision, and that all other staff involved in the delivery of this Framework Agreement hold a Disclosure Scotland certificate at basic level / have Standard Disclosure clearance in accordance with the prevailing regulations at the time of service provision

must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts.

(g) A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bibber'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.

(h) Confirmation of Work Instructions and a description of the processes that would be in place to ensure all nursing staff employed, including all sub-contractors, to provide clinical services to patients during this Framework Agreement were registered with the Nursing and Midwifery Council (NMC) at the time of service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts.

(i) Confirmation of registration with the Care Inspectorate in Scotland must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts.

(j) Confirmation of the waste carriers’ license must be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.

(k) Confirmation of the waste management license must be provided 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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This homecare service is complex, requiring providers to have ability to / or have access to a compounding unit as well as a dispensing pharmacy, warehousing, distribution and delivery agents. These patients have complex needs and continuity of supply and service support is important.

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

31 July 2024

Local time

5:00pm

Changed to:

Date

16 September 2024

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

31 July 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 and 11.2.6 covers the forty eight (48) month contract duration and the twenty-four (24)

month extension period of the framework agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25715. 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:

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 the delivery of this Framework Agreement.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Potential Framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential Framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.

(SC Ref:768653)

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

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 framework agreement 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 framework agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the framework agreement 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 framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the framework agreement has been entered into will not affect the framework agreement 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 framework agreement has been entered into are limited to the award of damages.