Tender

NP30125 Homecare Delivery Service for Blood Clotting Factors

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

F02: Contract notice

Notice identifier: 2025/S 000-063260

Procurement identifier (OCID): ocds-h6vhtk-05aa71

Published 8 October 2025, 12:35pm



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

Email

mairi.gibson@nhs.scot

Telephone

+44 1312756000

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

NP30125 Homecare Delivery Service for Blood Clotting Factors

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

For the provision of a Homecare Delivery Service on behalf of NHS Scotland for Blood Clotting Factors.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312200 - Homedelivery of provisions

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

This Framework agreement is for a Homecare Delivery Service to supply and deliver Blood Clotting Factors to patients in NHS Scotland. This includes the dispensing, delivery of the prescribed medicines, and any ancillary products as required, to patients in their homes or other agreed designated delivery points, and to provide removal of sharps containers as detailed within the specification contained within the tender documentation.

This tender is for approximately 250 patients across NHS Scotland resulting in approximately 2000 deliveries per annum. The number of patients and deliveries will vary through the duration of the framework agreement.

The framework agreement will be awarded as an unranked multi-supplier framework to a maximum of four (4) suppliers. Full details of the Service can be found within the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Delivery Service / Weighting: 20

Quality criterion - Name: Management of Service / Weighting: 15

Quality criterion - Name: Business Continuity Plan / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £1,800,000

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 to extend for any number of periods, up to a maximum overall 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 situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The turnover of the economic operator in respect of its most recent full financial year must have been equal to or more than 20 000 000 (GBP).

Minimum level(s) of standards required:

The economic operator must provide either:

(1) an extract from its audited accounts in respect of its most recent full financial year stating the turnover of the economic operator in respect of such financial year, such extract certified on its face by a solicitor or a chartered accountant as being a true copy of the original document, or

(2) a statement certified by the economic operator’s auditors confirming the turnover of the economic operator in respect of its most recent full financial year.

The turnover of the economic operator in respect of its most recent full financial year must have been equal to or more than 20 000 000 (GBP).

Minimum level(s) of standards possibly required

The economic operator must provide either:

(1) an extract from its audited accounts in respect of its most recent full financial year stating the turnover of the economic operator in respect of such financial year, such extract certified on its face by a solicitor or a chartered accountant as being a true copy of the original document, or

(2) a statement certified by the economic operator’s auditors confirming the turnover of the economic operator in respect of its most recent full financial year.

three.1.3) Technical and professional ability

List and brief description of selection criteria

(a)The successful Framework Participant(s) and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.

(b)The successful Framework Participant(s) 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.

(c)All of the Pharmacist and Pharmacy Technician staff used to service this Framework Agreement will be registered with the General Pharmaceutical Council.

(d)All staff in direct contact with patients, including sub-contractors and couriers, will be members of the relevant Protecting Vulnerable Groups Scheme at the point of service provision.

(e)All nursing staff used to provide clinical services to patients under this Framework Agreement will be registered with the Nursing and Midwifery Council (NMC).

(f)All nursing services provided under this Framework Agreement must be carried out by a company who is registered with the Care Inspectorate in Scotland.

(g)All of the dispensed Goods supplied under the Framework Agreement will be dispensed in a pharmacy which at the time of dispensing is registered with the General Pharmaceutical Council.

(h)All medical devices tendered and associated ancillaries supplied under this Framework Agreement will comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002), have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark.

(i)All waste transported under this Framework Agreement must be carried out by a company who possess a waste carriers’ licence.

(j)All waste processed under this Framework Agreement must be carried out by a company who possess a waste management licence.

Minimum level(s) of standards possibly required

(a)Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes.

(b)A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bibber's carbon emissions must be provided in the Qualification Envelope of the ITT under Environmental Management. This does not need to contain calculated carbon emissions.

(c)Confirmation of the existence of Work Instructions and processes that are in place to ensure all Pharmacists and Pharmacy Technicians employed to service this Framework Agreement are registered with the General Pharmaceutical Council at the time-of-service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(d)Confirmation of the existence of Work Instructions and processes that are in place to ensure all staff in direct contact with patients under this Framework Agreement are members of the relevant Protecting Vulnerable Groups Scheme at the time-of-service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(e)Confirmation of the existence of Work Instructions and processes that are in place to ensure all nursing staff employed to provide clinical services to patients under this Framework Agreement are registered with the Nursing and Midwifery Council (NMC) at the time-of-service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(f)Confirmation of the existence of registration with the Care Inspectorate in Scotland must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(g)Confirmation of the existence of a dispensing site(s)’ General Pharmaceutical Council registration certificate must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts

(h)Confirmation that all devices and associated ancillaries tendered, 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 must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control

(i)Confirmation of the existence of a waste carriers’ license must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control

(j)Confirmation of the existence of a waste management license must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control

In the event that the economic operator intends to subcontract any element of the Service a “To Whom It May Concern” letter from the intended subcontractor(s) confirming agreement, or contract, between the bidder and the subcontractor to provide the required services must be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts and 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

Envisaged maximum number of participants to the framework agreement: 4

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

7 November 2025

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

7 November 2025

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 cover(s) the twenty four (24) 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 29944. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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 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:812375)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

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 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.