Tender

Purchase of Injectible Equipment Paraphernalia

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

F02: Contract notice

Notice identifier: 2022/S 000-024813

Procurement identifier (OCID): ocds-h6vhtk-0365d4

Published 5 September 2022, 1:44pm



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

Email

eleanor.dickson@nhs.scot

Telephone

+44 1698794410

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

Purchase of Injectible Equipment Paraphernalia

Reference number

NP34422

two.1.2) Main CPV code

  • 33141320 - Medical needles

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Common Services Agency (more commonly known as National Services Scotland) (‘the authority') acting through its division Procurement, Commissioning and Facilities is undertaking this procurement of supply and delivery of Individual Items and prepacked equipment for single use for people who use drugs including performance and image inhancing drugs as defined in section 5.2 of the IEP guidance IEP-in-Scotland-GPG-SDF-PHS-Oct-2021.pdf​ and for Naloxone products for administering by approved services on behalf of all entities constituted pursuant to the National Health Service(Scotland) Act 1978 (i.e. All NHS Scotland Health Boards, Special Health Boards and the Authority of other NHS Organisation established

pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as 'Participating Authorities’)​

two.1.5) Estimated total value

Value excluding VAT: £5,500,000

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

Individual Items for use by people who use drugs as defined in section 5.2 of the IEP guidance IEP-in-Scotland-GPG-SDF-PHS-Oct-2021.pdf​

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141320 - Medical needles
  • 33141310 - Syringes
  • 44174000 - Foil
  • 39223100 - Spoons
  • 24300000 - Basic inorganic and organic chemicals
  • 33141123 - Sharps containers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority

two.2.4) Description of the procurement

Individual Items for use by people who use drugs as defined in section 5.2 of the IEP guidance IEP-in-Scotland-GPG-SDF-PHS-Oct-2021.pdf​

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 35

Quality criterion - Name: Quality / Weighting: 15

Price - Weighting: 50

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

2 optional extension periods both consisting of 12 months can be utilised by the Authority

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

Pre-packed equipment for single use for people who use drugs including Performance and Image Enhancing Drugs as defined in section 5.2.14 of the IEP guidance IEP-in-Scotland-GPG-SDF-PHS-Oct-2021.pdf​

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141320 - Medical needles
  • 24300000 - Basic inorganic and organic chemicals
  • 39223100 - Spoons

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority

two.2.4) Description of the procurement

Pre-packed equipment for single use for people who use drugs including Performance and Image Enhancing Drugs as defined in section 5.2.14 of the IEP guidance IEP-in-Scotland-GPG-SDF-PHS-Oct-2021.pdf​

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 35

Quality criterion - Name: Quality / Weighting: 15

Price - Weighting: 50

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

2 optional extension periods both consisting of 12 months can be utilised by the Authority

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

Naloxone products supplied to approved services which conform to UK Government Guidelines. ​

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 Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

Naloxone products supplied to approved services which conform to UK Government Guidelines. ​

two.2.5) Award criteria

Quality criterion - Name: Service / Weighting: 35

Price - Weighting: 65

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

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

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

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

(1)All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the

candidate in respect of the activities which are similar type to the subject matter of the notice.

(2)All candidates will be required to provide statement of accounts or extracts relating to their business. See contract/tender documentation

which incorporates the requirements of the ESPD(Scotland)and the financial period of reporting is the previous 3 financial years.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

All products tendered are to be Latex free.​

All products tendered to contain batch/lot codes and expiry dates ​

Packaging must be GS1 compliant​

Products required to be CE/UKCA marked in accordance with MDD 93/42/EEC.​

All contract pricing must be fixed or lower for the main term of the contract (3 years). ​

Manufacturer must have a valid Certificate of Compliance with BSEN ISO90001, or equivalent.​

Maximum 3 working days from order to receipt of pack​

Minimum shelf life of 2 years from the point of receipt at operational sites ​

Minimum 3 months stock holding at normal usage of contracted products at all times and shall provide a minimum of 3 months’ notice of impending obsolescence or removal of product from offer, using that time to assist in identifying suitable alternatives. ​

Purchase orders can be raised via multiple routes of contact without differentiation of response.​

Tendered pricing shall be inclusive of standard p&p. ​

All Medicines comply with the MHRA best Practice Guidance on Labelling, Packaging and the National Patient Safety Agency ("NPSA") ​

All products must meet the criteria defined in published IEP Guidance document IEP-in-Scotland-GPG-SDF-PHS-Oct-2021.pdf​

All products tendered must adhere to the provision under section 9A of the Misues of Drugs Act 1971 & the Medicines Act.

Bidder organisation / manufacturer must be ISO 13485 certified, or equivalent.

Comprehensive online training on the implementation of products tendered must be available to view for all NHSS agencies and their representatives.

Where the tender calls for samples for evaluation, bidders must provide these in the volumes requested and free of charge to the address noted on the tender, in support of your bid within 1 week of tender closing date.

Bidders must provide a summary of product characteristics, patient information leaflets and artwork of outer carton and inner labelling relevent to orders received.

Bidders to Lot 3 must possess a valid Wholesale Dealer Licence (WSDL) for the full term of the award. ​


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: 5

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

6 October 2022

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: 31 July 2023

four.2.7) Conditions for opening of tenders

Date

6 October 2022

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 value in Sections II.1.5 covers the full duration of the framework including any optional extensions.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22184 (NP34422)

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22184. 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.

Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also 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 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:701630)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street,

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk

six.4.2) Body responsible for mediation procedures

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk

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 process 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 as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a

minimum of 10(ten) clear calendar days (or a minimum of 15(fifteen)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 amend 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 maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.