- Scope of the procurement
- Lot 1. Epoprostenol Powder and Solvent (pH 10.5) for Solution for Infusion Vials
- Lot 2. Epoprostenol Powder and Solvent (pH 12) for Solution for Infusion Vials
- Lot 3. Epinephrine (Adrenaline) Pre-Filled Syringes
- Lot 4. Epinephrine (Adrenaline) Auto Injector Devices
- Lot 5. Enoxaparin Sodium Injection
- Lot 6. Urokinase Injections
- Lot 7. Isosorbide Mononitrate Modified-Release (M/R) Capsules and Tablets
- Lot 8. Diltiazem Hydrochloride Modified-Release (M/R) Capsules and Tablets
- Lot 9. Verapamil Hydrochloride Modified-Release (M/R) Capsules and Tablets
- Lot 10. Nifedipine Modified-Release (M/R) Capsules and Tablets
- Lot 11. Theophylline Modified-Release (M/R) Capsules and Tablets
- Lot 12. Branded and Branded Generic Inhalers
- Lot 13. Iloprost Medicines
- Lot 14. Dalteparin Injections
- Lot 15. Tinzaparin Sodium Injections
- Lot 16. Icatibant Solution for Injection
- Lot 17. Treprostinil Injection
- Lot 18. Direct Acting Oral Anticoagulants (DOACs)
- Lot 19. All Other Cardiovascular & Respiratory Medicines
Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 07483141961
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
NP35925 Cardiovascular & Respiratory 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 Cardiovascular & Respiratory Medicines to health boards across NHS Scotland. The Goods have been split into nineteen (19) 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: £95,148,458
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
Epoprostenol Powder and Solvent (pH 10.5) for Solution for Infusion Vials
Lot No
1
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Epoprostenol 500mcg and 1.5mg powder and solvent (pH10.5) for solution for infusion vials to NHS Scotland. The Authority intends awarding a multi-supplier unranked framework agreement for the Lot and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £100,000
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
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.2.13) 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
Epoprostenol Powder and Solvent (pH 12) for Solution for Infusion Vials
Lot No
2
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
Supply of Epoprostenol 500mcg and 1.5mg powder and solvent (pH12) for solution for infusion vials to NHS Scotland. The Authority intends awarding a multi-supplier unranked framework agreement for the Lot and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £4,541,953
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
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.2.13) 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
Epinephrine (Adrenaline) Pre-Filled Syringes
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
Supply of Epinephrine (Adrenaline) Pre-filled syringes to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £1,555,316
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
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.2.13) 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
Epinephrine (Adrenaline) Auto Injector Devices
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
Supply of Epinephrine (Adrenaline) Auto Injector Devices to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £813,471
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
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.2.13) 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
Enoxaparin Sodium Injection
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
Supply of Enoxaparin Sodium Injection to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £15,288,661
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
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.2.13) 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
Urokinase Injections
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
Supply of Urokinase Injections to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £472,523
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
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.2.13) 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
Isosorbide Mononitrate Modified-Release (M/R) Capsules and Tablets
Lot No
7
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 Isosorbide Mononitrate Modified Release Capsules and Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £191,878
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
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.2.13) 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
Diltiazem Hydrochloride Modified-Release (M/R) Capsules and Tablets
Lot No
8
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 Diltiazem Hydrochloride Modified Release Capsules and Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £119,355
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
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.2.13) 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
Verapamil Hydrochloride Modified-Release (M/R) Capsules and Tablets
Lot No
9
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 Verapamil Hydrochloride Modified Release Capsules and Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £62,465
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
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.2.13) 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
Nifedipine Modified-Release (M/R) Capsules and Tablets
Lot No
10
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 Nifedipine Modified Release Capsules and Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £136,569
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
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.2.13) 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
Theophylline Modified-Release (M/R) Capsules and Tablets
Lot No
11
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 Theophylline Modified Release Capsules and Tablets to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £32,341
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
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.2.13) 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
Branded and Branded Generic Inhalers
Lot No
12
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 Branded and Branded Generic Inhalers to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi-supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £4,897,823
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
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.2.13) 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
Iloprost Medicines
Lot No
13
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 Iloprost Solutions for Infusion and Nebuliser solutions to NHS Scotland in a range of presentations. The Authority intends awarding each product line as a multi supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £1,572,128
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
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.2.13) 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
Dalteparin Injections
Lot No
14
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 Dalteparin Injection to NHS Scotland in a range of presentations. The Authority intends awarding a multi supplier unranked framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded per line. Full details 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: £17,380,231
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
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.2.13) 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
Tinzaparin Sodium Injections
Lot No
15
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 Tinzaparin Sodium Injection to NHS Scotland in a range of presentations. The Authority intends awarding a multi supplier unranked framework agreement on a lot basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £836,630
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
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.2.13) 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
Icatibant Solution for Injection
Lot No
16
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 Icatibant Solution for Injection to NHS Scotland. The Authority intends awarding a multi supplier ranked Framework Agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded per line. Full details 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: £381,184
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
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.2.13) 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
Treprostinil Injection
Lot No
17
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 Treprostinil Injection to NHS Scotland in a range of presentations. The Authority intends awarding an unranked multi supplier framework agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded. Full details 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: £283,678
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
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.2.13) 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
Direct Acting Oral Anticoagulants (DOACs)
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
Supply of Direct Acting Oral Anticoagulants (DOACs) to NHS Scotland in a range of presentations. The Authority intends awarding a multi supplier ranked Framework Agreement on a line by line basis and it is envisaged a maximum of 6 Framework Participants will be awarded per line. Full details 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: £12,053,015
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
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.2.13) 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
All Other Cardiovascular & Respiratory Medicines
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
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 Cardiovascular & Respiratory Medicines to NHS Scotland in a range of presentations. Each product line will be treated as an individual Lot. The Authority intends awarding each product line to a single Framework Participant. Full details 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: £34,429,229
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
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.2.13) 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 at the date of submission of the tender.
(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.
Minimum level(s) of standards possibly required
(a) Confirmation of 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, 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 at the date of submission of the tender 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.
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.1.8) 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
20 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 November 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(s) referred to in Section II.1.5 and within all Lots cover(s) the thirty six (36) 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 27594. 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/contractors agree to support the concept, provision, and ongoing development of community benefits provision in relation to this framework/contract.
Potential framework participants/contractors 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/contractors are required to summarise any proposed community benefits that will be developed and delivered as part of this framework/contract if successful or, alternatively, potential framework participants/contractors 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:777704)
six.4) Procedures for review
six.4.1) Review body
Sheriff 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.