Notice Information
Notice Title
NP42223 Provision of Pharmaceutical Goods and Services to Prisons in NHS Scotland.
Notice Description
This Public Contract is for the supply of pharmaceutical goods and services to prisons and community custody units located within nine health boards across NHSScotland.
Lot Information
Lot 1
The Authority is looking for one Supplier to provide the good and services to all noted Participating Authorities (the Contractual structure will be such that separate Contracts for each Participating Authority will be formed on the basis of the one Specification, and the one set of Terms and Conditions). The Public Contracts are for the provision of pharmacy products and related services to all prisons and community custody units throughout Scotland in order to meet the pharmaceutical care needs of patients to agreed professional standards. The Supplier appointed to the Contracts will be required to source and supply all required medicines and pharmaceutical supplies, dispense and deliver the Goods to all prisons and community custody units across Scotland and provide a professional pharmaceutical service to patients in these prisons. The estimated value referred to in Section II.1.5 and II.2.6. does not include spend for the following medicines; Hepatitis C, Nicotine Replacement Therapy, Buvidal or Espranor. These medicines have an estimated total annual value of 5 900 000 (GBP) that the Supplier appointed to the Contract will be required to source. Full detail of the Contract requirements can be found within the ITT documents.
Renewal: The Contract may be extended at the sole discretion of the Participating Authorities on 1, 2, or 3 occasions as determined by the Authority for a further period of 1 year on each occasion, provided a notice of extension has been served on the Supplier by the Authority on behalf of all Participating Authorities no later than 1 month prior to the date upon which the Contract would otherwise expire.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032c8c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003138-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
75 - Administration, defence and social security services
-
- CPV Codes
33600000 - Pharmaceutical products
75231230 - Prison services
Notice Value(s)
- Tender Value
- £17,400,000 £10M-£100M
- Lots Value
- £17,400,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Feb 20233 years ago
- Submission Deadline
- 19 Dec 2022Expired
- Future Notice Date
- 12 Sep 2022Expired
- Award Date
- 1 Feb 20233 years ago
- Contract Period
- 31 Mar 2023 - 31 Mar 2026 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Unsuccessful
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
- Contact Name
- Stephanie McNiven
- Contact Email
- stephanie.mcniven2@nhs.scot
- Contact Phone
- +44 1312757454
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- Not specified
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-032c8c-2023-02-01T15:06:25Z",
"date": "2023-02-01T15:06:25Z",
"ocid": "ocds-h6vhtk-032c8c",
"description": "The Common Services Agency (more commonly known as National Services Scotland) ('the Authority') acting through its division National Procurement, is undertaking this procurement of Provision of Pharmaceutical Goods and Services to Prisons in NHS Scotland on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as 'Participating Authorities') where applicable. The estimated value referred to in Section II.1.5 and II.2.6 cover(s) the thirty six (36) month Contract duration and the three (3) individual twelve (12) month extension periods of the Contract. (SC Ref:721144)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-032c8c",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NP42223 Provision of Pharmaceutical Goods and Services to Prisons in NHS Scotland.",
"status": "unsuccessful",
"classification": {
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
},
"mainProcurementCategory": "goods",
"description": "This Public Contract is for the supply of pharmaceutical goods and services to prisons and community custody units located within nine health boards across NHSScotland.",
"value": {
"amount": 17400000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Authority is looking for one Supplier to provide the good and services to all noted Participating Authorities (the Contractual structure will be such that separate Contracts for each Participating Authority will be formed on the basis of the one Specification, and the one set of Terms and Conditions). The Public Contracts are for the provision of pharmacy products and related services to all prisons and community custody units throughout Scotland in order to meet the pharmaceutical care needs of patients to agreed professional standards. The Supplier appointed to the Contracts will be required to source and supply all required medicines and pharmaceutical supplies, dispense and deliver the Goods to all prisons and community custody units across Scotland and provide a professional pharmaceutical service to patients in these prisons. The estimated value referred to in Section II.1.5 and II.2.6. does not include spend for the following medicines; Hepatitis C, Nicotine Replacement Therapy, Buvidal or Espranor. These medicines have an estimated total annual value of 5 900 000 (GBP) that the Supplier appointed to the Contract will be required to source. Full detail of the Contract requirements can be found within the ITT documents.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Supply and Dispensing - Sourcing of Medicines",
"type": "quality",
"description": "5%"
},
{
"name": "Supply and Dispensing - Order Receipt and Dispensing/Stock Supply Process",
"type": "quality",
"description": "5%"
},
{
"name": "Supply and Dispensing - Delivery Solution",
"type": "quality",
"description": "5%"
},
{
"name": "Supply and Dispensing - Reporting Capabilities",
"type": "quality",
"description": "5%"
},
{
"name": "Professional Service - Patient Medication Record Creation and Maintenance",
"type": "quality",
"description": "5%"
},
{
"name": "Professional Service - Pharmaceutical Care Review Process & Reporting",
"type": "quality",
"description": "5%"
},
{
"name": "Professional Service - Clinical Governance Adherence",
"type": "quality",
"description": "5%"
},
{
"name": "Risk and Deliverability - Contingency Planning",
"type": "quality",
"description": "10%"
},
{
"name": "Risk and Deliverability - Implementation Process",
"type": "quality",
"description": "5%"
},
{
"name": "Sustainability - Transport",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "45"
}
]
},
"value": {
"amount": 17400000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2026-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract may be extended at the sole discretion of the Participating Authorities on 1, 2, or 3 occasions as determined by the Authority for a further period of 1 year on each occasion, provided a notice of extension has been served on the Supplier by the Authority on behalf of all Participating Authorities no later than 1 month prior to the date upon which the Contract would otherwise expire."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75231230",
"description": "Prison services"
},
{
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Prisons and community custody units across NHS Scotland, a list of the prisons is available at http://www.sps.gov.uk/Corporate/Prisons/Prisons.aspx"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-09-13T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "The economic operator must provide either of the below within the Qualification Envelope of the ITT under the Economic and Financial Standing :- (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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "(a) All of the Goods supplied under the Contract must be stored in and distributed from a site holding an MHRA Wholesaler Dealers Authorisation which covers P, POM and GSL medicines. (b) Potential Suppliers and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent. (c) All of the dispensed Goods supplied under the Contract will be dispensed in a pharmacy which at the time of dispensing is registered with the General Pharmaceutical Council. (d) All of the Pharmacist and Pharmacy Technician staff used to service this Contract will be registered with the General Pharmaceutical Council. (e) All direct prisoner contact will be undertaken by staff that, at the time of service provision, are members of the relevant Protecting Vulnerable Group scheme and all other staff involved in the delivery of this Contract, including all sub-contractors and couriers that, at the point of service provision, have Standard Disclosure clearance in accordance with the prevailing regulations. (f) Potential Suppliers 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. (g) Potential Suppliers and any sub-contractor(s) must possess a waste carriers licence. (h) Potential Suppliers and any sub-contractor(s) must possess a waste management licence.",
"minimum": "(a) Confirmation that the storage and distribution site(s) that will supply all medicines hold a current and valid MHRA Wholesaler Dealers Authorisation registration certificate must be included in the Qualification Envelope of the ITT under 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 must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes. (c) Confirmation of the dispensing site(s) General Pharmaceutical Council registration certificate must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control. (d) 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 Contract were registered with the General Pharmaceutical Council must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts. (e) Confirmation of Work Instructions and a description of the processes that would be in place to ensure all staff with direct prisoner contact were members of the relevant Protecting Vulnerable Groups scheme and that all other staff involved in the delivery of this Contract hold a Disclosure Scotland certificate at basic level at the time of service provision must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Service Contracts. (f) 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. (g) Confirmation of a waste carrier license must be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control. (h) Confirmation of a waste management license must be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-12-19T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2022-12-19T12:00:00Z"
},
"bidOpening": {
"date": "2022-12-19T12:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "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.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-12-19T12:00:00Z"
},
"newValue": {
"date": "2023-01-30T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-04-01"
},
"newValue": {
"date": "2023-10-01"
},
"where": {
"section": "II.2.7",
"label": "Duration Start"
}
},
{
"oldValue": {
"date": "2026-03-31"
},
"newValue": {
"date": "2026-09-30"
},
"where": {
"section": "II.2.7",
"label": "Duration End"
}
},
{
"oldValue": {
"date": "2022-12-19T12:00:00Z"
},
"newValue": {
"date": "2023-01-30T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Additional time required for tenders to be completed and submitted"
}
]
},
"parties": [
{
"id": "GB-FTS-322",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stephanie McNiven",
"telephone": "+44 1312757454",
"email": "stephanie.mcniven2@nhs.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-324",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312252525",
"email": "edinburgh@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
}
],
"buyer": {
"id": "GB-FTS-322",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"language": "en",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000711294"
}
],
"awards": [
{
"id": "003138-2023-N/a-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
]
}