Tender

NP93826 Seasonal Influenza Vaccine

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

F02: Contract notice

Notice identifier: 2025/S 000-064158

Procurement identifier (OCID): ocds-h6vhtk-05acb5

Published 10 October 2025, 12:51pm



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

Michael Welsh

Email

michael.welsh2@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

NP93826 Seasonal Influenza Vaccine

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply of Seasonal Influenza Vaccine to NHS Scotland

two.1.5) Estimated total value

Value excluding VAT: £15,900,000

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

Flu Vaccines for Over-65s as recommended by JCVI for 2026/27

Lot No

1

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 1 - Supply of influenza vaccines as recommended by JCVI for Over 65 years to NHS Scotland for use in the 2026/27 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 Timetable / Weighting: 10

Price - Weighting: 90

two.2.6) Estimated value

Value excluding VAT: £10,508,000

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

NP93826 - Seasonal Influenza Vaccine

Lot No

3

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 3 - Supply of influenza vaccines as recommended by JCVI for 6m-17 years contraindicated to LAIV for NHS Scotland for use in the

2026/27 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 Timetable / Weighting: 10

Price - Weighting: 90

two.2.6) Estimated value

Value excluding VAT: £2,523,000

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

Flu Vaccines for Under-65s as recommended by JCVI for 2026/27

Lot No

2

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 2 - Supply of influenza vaccines as recommended by JCVI for Under 65 years to NHS Scotland for use in the 2026/27 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 Timetable / Weighting: 10

Price - Weighting: 90

two.2.6) Estimated value

Value excluding VAT: £4,774,000

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Contract Notice for Goods - 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

Selection criteria as stated in the procurement documents

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 andcurrent 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 thetender / Contract start date.

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

Minimum level(s) of standards 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

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

10 November 2025

Local time

1:00pm

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

10 November 2025

Local time

1:00pm


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 29999.

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).

(https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29999. 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:

As detailed above in the additional information section

(SC Ref:812783)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH12 9EB

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.