- Scope of the procurement
- Lot 1 - Baclofen Intrathecal Injections
- Lot 2 - Oxycodone Injections
- Lot 3 - Levobupivacaine (As Hydrochloride) Sterile Wrapped Ampoules For Injection
- Lot 4 - Oxycodone Hydrochloride Prolonged Release Tablets
- Lot 5 - Buprenorphine Patches
- Lot 6 - Fentanyl Tablets (Sublingual)
- Lot 7 - Fentanyl Sf Tablet (Buccal)
- Lot 8 - Fentanyl Transdermal Patch
- Lot 9 - Hydromorphone
- Lot 10 - Lidocaine Chlorhexidine Gel
- Lot 11 - Morphine Sulfate Modified-Release capsule (12Hr)
- Lot 13 - Morphine Sulfate Modified-Release Tablet
- Lot 14 - Oxycodone Hydrochloride Capsules
- Lot 15 - Propofol Injection
- Lot 16 - Tramadol Hydrochloride Modified Release Tablets
- Lot 17 - Oxycodone Oral Solution
- Lot 18 - Levobupivacaine (As Hydrochloride) Solution For Infusion
- Lot 20 - All Other Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines
- Lot 12 - Morphine Sulfate Modified-Release capsule (24Hr)
- Lot 19 - Supply to NHSS Pharmaceuticals "Specials" Service
Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Linda Downie
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
Buyer's address
http://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
NP40923 Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines
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 supply of Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines to health boards across NHS Scotland. The Goods have been split into twenty (20) categories, each of which is identified as a "Lot". Full details of each Lot is contained in section II.2 of this notice.
two.1.5) Estimated total value
Value excluding VAT: £35,467,873
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
Lot 1 - Baclofen Intrathecal Injections
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Baclofen Intrathecal Injections to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £48,856
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(s) to extend for period(s) up to a total period of twenty-four (24) months upon giving not less than three (3) months written notice of each extension, 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
Lot 2 - Oxycodone Injections
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014
two.2.4) Description of the procurement
The Supply of Oxycodone Injections to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £644,919
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(s) to extend for up to a total 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.2.12) 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
Lot 3 - Levobupivacaine (As Hydrochloride) Sterile Wrapped Ampoules For Injection
Lot No
3
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Levobupivacaine (As Hydrochloride) Sterile Wrapped Ampoules For Injection to NHS Scotland in a range of presentations. The Authority intends awarding all presentations within this lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £1,081,676
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(s) to extend for up to a total 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.2.12) 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
Lot 4 - Oxycodone Hydrochloride Prolonged Release Tablets
Lot No
4
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Oxycodone Hydrochloride Prolonged Release Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £231,183
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(s) to extend for up to a total 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.2.12) 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
Lot 5 - Buprenorphine Patches
Lot No
5
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The supply of Buprenorphine Patches to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £339,460
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(s) to extend for up to a total 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.2.12) 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
Lot 6 - Fentanyl Tablets (Sublingual)
Lot No
6
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014
two.2.4) Description of the procurement
The Supply of Fentanyl Tablets (Sublingual) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £307,639
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(s) to extend for up to a total 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
Lot 7 - Fentanyl Sf Tablet (Buccal)
Lot No
7
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Fentanyl Sf Tablets(Buccal) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £3,843
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(s) to extend for up to a total 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
Lot 8 - Fentanyl Transdermal Patch
Lot No
8
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Fentanyl Transdermal Patch to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £198,499
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(s) to extend for up to a total 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
Lot 9 - Hydromorphone
Lot No
9
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014
two.2.4) Description of the procurement
Supply of Hydromorphone Capsules and Injection to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £99,762
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(s) to extend for up to a total 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
Lot 10 - Lidocaine Chlorhexidine Gel
Lot No
10
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Lidocaine Chlorhexidine Gel to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £1,470,863
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(s) to extend for up to a total 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
Lot 11 - Morphine Sulfate Modified-Release capsule (12Hr)
Lot No
11
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Morphine Sulfate Modified-Release capsule (12hr) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £57,567
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(s) to extend for up to a total 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
Lot 13 - Morphine Sulfate Modified-Release Tablet
Lot No
13
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014
two.2.4) Description of the procurement
The Supply of Morphine Sulfate Modified-Release Tablet to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £157,392
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(s) to extend for up to a total 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
Lot 14 - Oxycodone Hydrochloride Capsules
Lot No
14
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014
two.2.4) Description of the procurement
The Supply of Oxycodone Hydrochloride Capsules to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £127,100
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(s) to extend for up to a total 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
Lot 15 - Propofol Injection
Lot No
15
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Propofol Injection to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £3,611,463
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(s) to extend for up to a total 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
Lot 16 - Tramadol Hydrochloride Modified Release Tablets
Lot No
16
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Tramadol Hydrochloride Modified Release Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £32,765
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(s) to extend for up to a total 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
Lot 17 - Oxycodone Oral Solution
Lot No
17
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Oxycodone Oral Solution to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £257,688
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(s) to extend for up to a total 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
Lot 18 - Levobupivacaine (As Hydrochloride) Solution For Infusion
Lot No
18
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 Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Levobupivacaine (As Hydrochloride) Solution For Infusion to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £393,905
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(s) to extend for up to a total 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
Lot 20 - All Other Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines
Lot No
20
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of all other Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines in a range of presentations. The Authority intends awarding each line within this Lot to a single Framework Participant. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £25,579,509
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(s) to extend for up to a total 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
Lot 12 - Morphine Sulfate Modified-Release capsule (24Hr)
Lot No
12
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Supply of Morphine Sulfate Modified-Release capsule (24Hr) to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement. It is envisaged a maximum of six (6) Framework Participants will be awarded per product line. Full details of Goods and volumes can be found within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Logistics / Weighting: 5
Price - Weighting: 95
two.2.6) Estimated value
Value excluding VAT: £918
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(s) to extend for up to a total 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: Yes
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
Lot 19 - Supply to NHSS Pharmaceuticals "Specials" Service
Lot No
19
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
NHSS Pharmaceutical 'Specials' Service, James Arnott Drive, Ninewells Hospital, Dundee, DD2 1UB ("PSS").
two.2.4) Description of the procurement
The supply of a range of Analgesics, Anaesthetics, Musculoskeletal & Joint Disease Medicines to the NHSS Pharmaceuticals "Specials" Service. The Authority intends to award this Lot as a single supplier framework agreement per product line. Full details of Goods and volumes can be found within the ITT documents.
two.2.5) Award criteria
Quality criterion - Name: Technical (Delivery Schedule) / Weighting: 7.5
Quality criterion - Name: Technical (Batch Number) / Weighting: 7.5
Quality criterion - Name: Technical (Expiry Date) / Weighting: 5
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £822,860
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(s) to extend for up to a total 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 of the 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 date of submission of the tender.
(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.
(d)Potential Framework Participants 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.
(e)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 for Ethyl Chloride Spray and Lidocaine Gel
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 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)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.
(d)A completed copy of the Bidder Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions should be provided in the Qualification Envelope of the ITT under Environmental Management Criteria. This does not need to contain calculated carbon emissions.
(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.
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
four.1.6) Information about electronic auction
An electronic auction will be used
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
25 September 2023
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
25 September 2023
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 values referred to in Section II.1.5 and all Lots covers the twenty-four (24) months framework 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 24800. 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:
It is a mandatory requirement that potential framework participants agree to support the concept, provision, and ongoing development of community benefits provision in relation to this framework/contract.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a summary of the community benefits that have recently been delivered within Scotland, if at all, and what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this framework 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.
For further information please visit NHSS Community Benefit Gateway (https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/).
(SC Ref:739882)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sherriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
Internet address
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.