- Scope of the procurement
- Lot 1. 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 2. 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 3. Naloxone products supplied to approved services which conform to UK Government Guidelines.
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
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.