Notice Information
Notice Title
HIV Medicines
Notice Description
Supply of HIV Medicines to NHS Scotland
Lot Information
Generic HIV Medicines
Supply of generic HIV medicines to NHS Scotland. The Authority intends to award this Lot as a ranked multi-supplier framework per product line to a maximum of four (4) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.
Renewal: This framework includes the option to extend for any number of periods, up to a maximum overall period of twenty four (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
Branded HIV MedicinesSupply of branded HIV medicines to NHS Scotland. The Authority intends to award this Lot as a single supplier framework per product line. NOTE: Lines 62 and 63 will be awarded as unranked multi supplier framework agreements to a maximum of two (2) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.
Renewal: This framework includes the option to extend for any number of periods, up to a maximum overall period of twenty four (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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ff84
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000393-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- 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
-
- CPV Codes
33600000 - Pharmaceutical products
Notice Value(s)
- Tender Value
- £89,900,000 £10M-£100M
- Lots Value
- £89,690,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jan 20261 months ago
- Submission Deadline
- 4 Feb 2026Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- 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
- Not specified
- Contact Email
- laura.ferguson7@nhs.scot
- Contact Phone
- Not specified
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
- TLM Scotland
-
- 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-05ff84-2026-01-05T15:22:09Z",
"date": "2026-01-05T15:22:09Z",
"ocid": "ocds-h6vhtk-05ff84",
"description": "The estimated value(s) referred to in Section II.1.5 and within all Lot cover(s) the twenty four (24) month contract duration and the twenty four (24) month extension period of the framework agreement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30857. 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 agree to support the concept, provision, and ongoing development of community benefits provision in relation to this framework. Potential framework participants 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 are required to summarise any proposed community benefits that will be developed and delivered as part of this framework if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland's Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits. For further information please visit NHSS Community Benefit Gateway (https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/). (SC Ref:819080)",
"initiationType": "tender",
"tender": {
"id": "NP43326",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "HIV Medicines",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
},
"mainProcurementCategory": "goods",
"description": "Supply of HIV Medicines to NHS Scotland",
"value": {
"amount": 89900000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Generic HIV Medicines",
"description": "Supply of generic HIV medicines to NHS Scotland. The Authority intends to award this Lot as a ranked multi-supplier framework per product line to a maximum of four (4) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.",
"awardCriteria": {
"criteria": [
{
"name": "Logistics",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "95"
}
]
},
"value": {
"amount": 6490000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "This framework includes the option to extend for any number of periods, up to a maximum overall period of twenty four (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"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Branded HIV Medicines",
"description": "Supply of branded HIV medicines to NHS Scotland. The Authority intends to award this Lot as a single supplier framework per product line. NOTE: Lines 62 and 63 will be awarded as unranked multi supplier framework agreements to a maximum of two (2) Framework Participants. Full details of Goods and volumes can be found within the ITT documents.",
"awardCriteria": {
"criteria": [
{
"name": "Logistics",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "95"
}
]
},
"value": {
"amount": 83200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "This framework includes the option to extend for any number of periods, up to a maximum overall period of twenty four (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."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "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."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33600000",
"description": "Pharmaceutical products"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "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."
},
"relatedLot": "2"
}
],
"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": "technical",
"description": "(a) Potential Framework Participants must be able to demonstrate the existence of a valid and current UK Marketing Authorisation (PL, PLGB, or PLPI number) that has been approved by the MHRA for all tendered Medicines at the date of submission of the tender/start date of the Framework Agreement. (b) Potential Framework Participants and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent. (c) All tendered Goods must comply with the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency (\"NPSA\") Guidelines on Packaging and Labelling on pack design. (d) Potential Framework Participants 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.",
"minimum": "(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 Medicines at the date of submission of the tender/start date 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 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 Quality Assurance Schemes. (c) Confirmation that samples for tendered Goods will be supplied upon request to ensure compliance with the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency (\"NPSA\") Guidelines on Packaging and Labelling on pack design. Confirmation of sample provision should be provided in the Qualification Envelope of the ITT under Technical and Professional ability: Products. (d) A completed copy of the Bidder Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions should be provided in the Qualification Envelope of the ITT under Environmental Management Criteria. This does not need to contain calculated carbon emissions.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 15
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-02-04T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2026-02-04T12:00:00Z"
},
"bidOpening": {
"date": "2026-02-04T12:00:00Z"
},
"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."
},
"parties": [
{
"id": "GB-FTS-115937",
"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": "1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "laura.ferguson7@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": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "07",
"scheme": "COFOG",
"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://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courts"
}
}
],
"buyer": {
"id": "GB-FTS-115937",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000819080"
}
],
"language": "en"
}