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

Compounded Aseptic Medicines

  • First published: 27 September 2019
  • Last modified: 27 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:
27 September 2019
Deadline date:
28 October 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of the following aseptically compounded, ready to use medicines in syringes and infusions to NHS Scotland in a range of doses:

— atezolizumab,

— cetuximab,

— doxorubicin,

— epirubicin,

— infliximab (inflectra®), (remicade®), (remsima®),

— pivolumab,

— pembrolizumab,

— pertuzumab.

The authority intends awarding all presentations within this lot to a single supplier.

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

Any potential framework participant awarded to Lot 1 will not be eligible for award to Lot 2 or 3.

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

Contact person: Linda Downie

Telephone: +44 1698794571

E-mail: l.downie@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

Compounded Aseptic Medicines

Reference number: NP38619

II.1.2) Main CPV code

33600000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This framework agreement is for the supply of unlicensed, aseptically compounded, ready to use medicines in syringe and infusion bags to NHS Scotland.

The goods have been separated into four (4) categories, each of which is identified as a ‘Lot’. Full details of each lot is contained in Section II.2) of this notice.

II.1.5) Estimated total value

Value excluding VAT: 74 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Compounded Aseptic Medicines

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of the following aseptically compounded, ready to use medicines in syringes and infusions to NHS Scotland in a range of doses:

— atezolizumab,

— cetuximab,

— doxorubicin,

— epirubicin,

— infliximab (inflectra®), (remicade®), (remsima®),

— pivolumab,

— pembrolizumab,

— pertuzumab.

The authority intends awarding all presentations within this lot to a single supplier.

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

Any potential framework participant awarded to Lot 1 will not be eligible for award to Lot 2 or 3.

II.2.5) Award criteria

Criteria below:

Quality criterion: Stability / Weighting: 10

Quality criterion: Capacity / Weighting: 10

Quality criterion: Contingency / Weighting: 10

Quality criterion: Communication / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 26 800 000.00  GBP

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

Duration in months: 36

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 twelve (12) 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

Lot No: 2

II.2.1) Title

Compounded Aseptic Medicines

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of the following aseptically compounded, ready to use medicines in syringes and infusions to NHS Scotland in a range of doses:

— cyclophosphamide,

— fluorouracil,

— Iiinotecan,

— methotrexate,

— rituximab (mabthera®), (rixathon®), (truxima®).

The authority intends awarding all presentations within this lot to a single supplier.

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

Any potential framework participant awarded to Lot 2 will not be eligible for award to Lot 1 or Lot 3.

II.2.5) Award criteria

Criteria below:

Quality criterion: Stability / Weighting: 10

Quality criterion: Capacity / Weighting: 10

Quality criterion: Contingency / Weighting: 10

Quality criterion: Communication / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 16 300 000.00  GBP

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

Duration in months: 36

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 twelve (12) 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

Lot No: 3

II.2.1) Title

Compounded Aseptic Medicines

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of the following aseptically compounded, ready to use medicines in syringes and infusions to NHS Scotland in a range of doses:

— bortezomib,

— carboplatin,

— cisplatin,

— docetaxel,

— gemcitabine,

— oxaliplatin,

— trastuzumab (herceptin®), (herzuma®),

— vincristine.

The authority intends awarding all presentations within this lot to a single supplier.

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

Any potential framework participant awarded to Lot 3 will not be eligible for award to Lot 1 or Lot 2.

II.2.5) Award criteria

Criteria below:

Quality criterion: Stability / Weighting: 10

Quality criterion: Capacity / Weighting: 10

Quality criterion: Contingency / Weighting: 10

Quality criterion: Communication / Weighting: 10

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 8 100 000.00  GBP

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

Duration in months: 36

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 twelve (12) 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

Lot No: 4

II.2.1) Title

All Other Presentations

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

All entities constituted pursuant to the National Health Services (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to New Public Bodies (Joint Working) Scotland Act 2014.

II.2.4) Description of the procurement

Supply of the following aseptically compounded, ready to use medicines in syringes and infusions to NHS Scotland in a range of doses, the molecules included in this Lot are:

— bevacizumab,

— cytarabine,

— infliximab (zessly®),

— insulin,

— methotrexate,

— natalizumab,

— nivolumab,

— paclitaxel,

— pemetrexed,

— tocilizumab,

— trastuzumab (kanjinti®), (ontruzant®),

— trastuzumab subcutaneous,

— vedolizumab.

Each product line will be treated as an individual lot and awarded as an unranked multi-supplier framework. It is envisaged that each product line will be awarded to a maximum of three (3) framework participants.

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Stability / Weighting: 10

Price / Weighting:  90

II.2.6) Estimated value

Value excluding VAT: 23 000 000.00  GBP

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

Duration in months: 36

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 twelve (12) 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 of the 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:

Where a potential framework participant submits a tender for a specific lot they are required to have a minimum annual turnover to cover the value for that lot:

Lot 1: minimum of 7 000 000 GBP;

Lot 2: minimum of 5 000 000 GBP;

Lot 3: minimum of 3 000 000 GBP.


Minimum level(s) of standards required:

Potential framework participants 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.

Confirmation of this is requested in the qualification section of the ITT under Part 4B: economic and financial standing.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

(a) potential framework participants must be able to demonstrate the existence of a valid and current MHRA manufacturing specials license, or equivalent, under which all goods tendered will be manufactured, at the date of submission of the tender;

(b) potential framework participant's goods must meet the product specifications in the ITT;

(c) the successful framework participant and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.


Minimum level(s) of standards required:

(a) confirmation of existence of a valid and current MHRA manufacturing specials license, or equivalent, under which all goods tendered will be manufactured 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 that samples and specifications for tendered goods will be supplied upon request to ensure compliance with the product specification contained within the ITT should be provided in the qualification envelope of the ITT under technical and professional ability: products;

(c) 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 technical and professional ability: quality assurance schemes.

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: 3

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: 28/10/2019

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: 28/10/2019

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 referred to in Sections II.I.5) and within each Lot covers the thirty six (36) month framework duration and the twelve (12) month extension period.

The maximum number of lots that may be awarded to one tenderer referred to in Section II.I.6) is in reference to Lots 1-3 only.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14381. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The contracting authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

It is not anticipated that sub-contractors will be used in delivery of this framework agreement.

The contracting authority does not intend to include any community benefit requirements in this contract for the following reason:

No community benefits will be deliverable through the award of this contract.

(SC Ref:595933)

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

25/09/2019

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:
l.downie@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.