Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Homecare Delivery of Blood Clotting Factors

  • First published: 09 September 2019
  • Last modified: 09 September 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Authority ID:
AA20671
Publication date:
09 September 2019
Deadline date:
08 October 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework agreement includes the dispensing and delivery of the prescribed medicines along with ancillary products, if 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 2 000 deliveries per annum. The number of patients and deliveries will vary through the duration of the framework agreement.

The authority intends to award this framework agreement as an unranked multi-supplier framework to an envisaged maximum of six (6) suppliers.

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

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

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Telephone: +44 1698794544

E-mail: mairi.gibson@nhs.net

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Homecare Delivery of Blood Clotting Factors

Reference number: NP30119

II.1.2) Main CPV code

33600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The provision of a home delivery service on behalf of NHS Scotland for the delivery of Blood Clotting Factor Medicines to patient homes across NHS Scotland.

II.1.5) Estimated total value

Value excluding VAT: 1 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM


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.

II.2.4) Description of the procurement

This framework agreement includes the dispensing and delivery of the prescribed medicines along with ancillary products, if 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 2 000 deliveries per annum. The number of patients and deliveries will vary through the duration of the framework agreement.

The authority intends to award this framework agreement as an unranked multi-supplier framework to an envisaged maximum of six (6) suppliers.

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Communication with the purchasing authority / Weighting: 10

Quality criterion: Communication with the patient / Weighting: 10

Quality criterion: Account management and performance management / Weighting: 10

Quality criterion: Dispensing and delivery service / Weighting: 15

Quality criterion: Contingency / Weighting: 5

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 600 000.00  GBP

II.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(s) to extend for up to a total period of 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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.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 8 000 000 (GBP).


Minimum level(s) of standards required:

The economic operator must confirm that they can 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.

Confirmation should be included in the Qualification Envelope of the ITT under the economic and financial standing.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

(a) all of the goods supplied under the framework agreement must be stored in and distributed from a site holding an MHRA Wholesaler Dealers Authorisation which covers POM medicines;

(b) 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;

(c) all of the pharmacist and pharmacy technician staff used to service this framework agreement will be registered with the General Pharmaceutical Council;

(d) the successful framework participant and any subcontractor(s) must possess valid certification of BS EN ISO 9001 or equivalent;

(e) all of the direct patient contact will be undertaken by staff, including all subcontractors and couriers that, at the point of service provision, have protecting vulnerable groups scheme clearance in accordance with the prevailing regulations.


Minimum level(s) of standards required:

(a) confirmation of the storage and distribution site(s)’ MHRA Wholesaler Dealers Authorisation registration certificate, together with, in the event that the economic operator would subcontract the storage and distribution of the Goods to any third party holder of such a certificate, the existence of a ‘To Whom It May Concern’ letter from the certificate holder confirming that the certificate holder is (or intends to be) party to a contract with the economic operator in terms of which the certificate holder may be required by the economic operator to store and distribute all the Goods which NHS Scotland may require to be supplied in terms of the framework agreement should be included in the qualification envelope of the ITT under the technical and professional ability: quality control;

(b) confirmation of the dispensing site(s)’ General Pharmaceutical Council registration certificate, together with, in the event that the economic operator would sub-contract the dispensing of the goods to any third party holder of such a certificate, the existence of a ‘To Whom It May Concern’ letter from the certificate holder confirming that the certificate holder is (or intends to be) party to a contract with the economic operator in terms of which the certificate holder may be required by the economic operator to dispense all Goods which NHS Scotland may require to be dispensed in terms of the framework agreement should be included in the qualification envelope of the ITT under the technical and professional ability: quality control;

(c) confirmation of the work instructions and a description of the processes that would be in place to ensure all pharmacists and pharmacy technicians employed to service this framework agreement were registered with the General Pharmaceutical Council should be included in the qualification envelope of the ITT under the technical and professional ability: quality control;

(d) confirmation of the existence of a valid certification of BS EN ISO 9001 or equivalent should be included in the qualification envelope of the ITT under the quality assurance schemes;

(e) confirmation of work instructions and a description of the processes that would be in place to ensure all staff with direct patient contact had protecting vulnerable groups scheme clearance at the time of service provision should be included in the qualification envelope of the ITT under the technical and professional ability: quality control.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/10/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 08/10/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The estimated value range referred to in Sections II.1.5) and II.2.6) covers the twenty four (24) months initial duration and the full twenty four (24) months extension options.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14236

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:593716)

VI.4) Procedures for review

VI.4.1) Review body

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

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Telephone: +44 1698794410

Internet address(es)

URL: http://www.nhsscotlandprocurement.scot.nhs.uk/

VI.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 operator 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 despatches 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.

VI.5) Date of dispatch of this notice

04/09/2019

Coding

Commodity categories

ID Title Parent category
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mairi.gibson@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.