Tender

Seasonal Influenza Vaccines

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

F02: Contract notice

Notice identifier: 2024/S 000-035479

Procurement identifier (OCID): ocds-h6vhtk-04b34b

Published 1 November 2024, 1:29pm



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

Contact

Laura Ferguson

Email

laura.ferguson7@nhs.scot

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Seasonal Influenza Vaccines

Reference number

NP93825

two.1.2) Main CPV code

  • 33651660 - Influenza vaccines

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply of influenza vaccines for use in the NHS Scotland 2025/26 seasonal flu programme.

two.1.5) Estimated total value

Value excluding VAT: £14,500,000

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

Influenza Vaccines for persons aged 18 to 64 years, as recommended by JCVI for 2025/26

Lot No

2

two.2.2) Additional CPV code(s)

  • 33651660 - Influenza vaccines

two.2.3) Place of performance

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

Goods should be delivered to the Authority's nominated storage and distribution provider. Details will be shared with successful Contractor(s) following contract award.

two.2.4) Description of the procurement

Supply of influenza vaccines as recommended by JCVI for adults aged 18 to 64 years to NHS Scotland for use in the 2024/25 NHS

Scotland Seasonal Flu Programme. The Authority intends to award this Lot as a Commitment Contract to a single supplier.

Any Bidder that submits a bid for the same vaccine for both Lot 1 and Lot 2 will only be eligible for award to one of those Lots.

Full details of the Goods and volumes can be found within the ITT documents

two.2.5) Award criteria

Quality criterion - Name: Delivery Schedule / Weighting: 10

Price - Weighting: 90

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

12

This contract is subject to renewal

No

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

Influenza Vaccine for adults aged 65 years and above as recommended by JCVI for 2025/26

Lot No

1

two.2.2) Additional CPV code(s)

  • 33651660 - Influenza vaccines

two.2.3) Place of performance

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

Goods should be delivered to the Authority's nominated storage and distribution provider. Details will be shared with successful Contractor(s) following contract award.

two.2.4) Description of the procurement

Supply of influenza vaccines as recommended by JCVI for adults aged 65 years and above to NHS Scotland for use in the 2024/25 NHS Scotland Seasonal Flu Programme. The Authority intends to award this Lot as a Commitment Contract to a single supplier.

Any Bidder that submits a bid for the same vaccine for both Lot 1 and Lot 2 will only be eligible for award to one of those Lots.

Full details of the Goods and volumes can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Delivery Schedule / Weighting: 10

Price - Weighting: 90

two.2.6) Estimated value

Value excluding VAT: £9,000,000

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

Duration in months

12

This contract is subject to renewal

No

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

Cell-based Influenza Vaccine for children aged 6 months to 17 years, as recommended by JCVI for 2025/26

Lot No

3

two.2.2) Additional CPV code(s)

  • 33651660 - Influenza vaccines

two.2.3) Place of performance

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

Goods should be delivered to the Authority's nominated storage and distribution provider. Details will be shared with successful Contractor(s) following award of contract.

two.2.4) Description of the procurement

Supply of cell-culture influenza vaccines as recommended by JCVI for children aged 6 months to 17 years to NHS Scotland for use in the 2025/26 NHS Scotland Seasonal Flu Programme. The Authority intends to award this Lot as a Commitment Contract to a single supplier.

Full details of the Goods and volumes can be found within the ITT documents

two.2.5) Award criteria

Quality criterion - Name: Delivery Schedule / Weighting: 10

Price - Weighting: 90

two.2.6) Estimated value

Value excluding VAT: £225,000

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

Duration in months

12

This contract is subject to renewal

No

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.1.3) Technical and professional ability

List and brief description of selection criteria

(a) Potential Contractors 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 Goods at the date of submission of the tender / Contract start date.

(b)Potential Contractors and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.

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 Goods 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 Technical and Professional ability: Quality Assurance Schemes.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Vaccine manufacturers have advised that Contracts for supply of flu vaccines for the 2025/26 flu programme must be awarded no later than

December to secure the required volumes/capacity with their manufacturing sites.

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

18 November 2024

Local time

2:00pm

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

18 November 2024

Local time

2:00pm


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 within all Lots] cover the twelve (12) month contract duration.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27878. 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 contractors agree to support the concept, provision, and ongoing development of community

benefits provision in relation to this contract.

Potential 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 contractors are required to summarise any proposed community benefits that will be developed and delivered as part of this

contract if successful or, alternatively, potential 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:781677)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courts

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