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
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).
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
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.