Tender

NP47822 Multiple Sclerosis Medicines

THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")

This public procurement record has 1 release in its history.

Tender

31 Oct 2022 at 00:00

Summary of the contracting process

The Common Services Agency, known as NHS National Services Scotland (NSS), has issued a tender for the supply of Multiple Sclerosis Medicines. The procurement is for NHS Scotland and is currently at the planning stage, with a tender deadline of 1st December 2022. The total contract value is £17,031,052 GBP. The procurement method is an open procedure for goods, with electronic submission required. The buyer is based in Edinburgh, UK, and the industry category is Health.

This procurement opportunity presents potential business growth for suppliers of Multiple Sclerosis Medicines that hold valid UK Marketing Authorisation and certification of BS EN ISO 9001 or equivalent. Businesses able to comply with Medical Devices Regulations and demonstrate climate change awareness are suited to compete. The tender involves a multi-supplier framework, with a maximum of six participants, and includes a renewal option for up to twenty-two months. Economic operators must meet strict technical criteria to participate. The notification process includes a standstill period to notify unsuccessful bidders. Community benefits are also included in the requirement, offering additional value to successful bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NP47822 Multiple Sclerosis Medicines

Notice Description

Supply of Multiple Sclerosis Medicines to NHS Scotland.

Lot Information

Lot 1

Supply of MS Medicines to NHS Scotland. The Authority intends to award this framework as an unranked multi supplier framework per line to a maximum of six (6) Framework Participants. The medicines in scope of this procurement are as follows: - Glatiramer acetate injection - Interferon beta-1a - Interferon beta-1b 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-two (22) months upon giving not less than three (3) months written notice, such notice to expire no later than the date that the Framework Agreement is due to expire.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000711064
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT463005
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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
£17,031,052 £10M-£100M
Lots Value
£17,031,052 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Oct 20223 years ago
Submission Deadline
1 Dec 2022Expired
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

Contracting Authority (Buyer)

Main Buyer
THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
Contact Name
Not specified
Contact Email
cameron.wright@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
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
Drum Brae/Gyle
Westminster Constituency
Edinburgh South West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000711064-2022-10-31T00:00:00Z",
    "date": "2022-10-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000711064",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-5",
            "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"
            },
            "contactPoint": {
                "email": "cameron.wright@nhs.scot",
                "telephone": "+44 1312757454",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
            }
        },
        {
            "id": "org-2",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
        "id": "org-5"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000711064",
        "title": "NP47822 Multiple Sclerosis Medicines",
        "description": "Supply of Multiple Sclerosis Medicines to NHS Scotland.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33600000",
                        "scheme": "CPV"
                    }
                ],
                "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."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 17031052,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2022-12-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-12-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT463005",
                "documentType": "contractNotice",
                "title": "NP47822 Multiple Sclerosis Medicines",
                "description": "Supply of Multiple Sclerosis Medicines to NHS Scotland.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT463005",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Supply of MS Medicines to NHS Scotland. The Authority intends to award this framework as an unranked multi supplier framework per line to a maximum of six (6) Framework Participants. The medicines in scope of this procurement are as follows: - Glatiramer acetate injection - Interferon beta-1a - Interferon beta-1b Full details of Goods and volumes can be found within the ITT documents.",
                "status": "active",
                "value": {
                    "amount": 17031052,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Supply Chain)",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "95"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 780
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This framework includes the option to extend for any number of periods, up to a maximum overall period of twenty-two (22) months upon giving not less than three (3) months written notice, such notice to expire no later than the date that the Framework Agreement is due to expire."
                }
            }
        ],
        "bidOpening": {
            "date": "2022-12-01T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "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."
                },
                {
                    "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. AND (b) Potential Framework Participants and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent. AND (c) Potential Framework Participants must be able to demonstrate that all devices tendered and associated ancillaries under this Framework Agreement comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002) and have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark. AND (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, or PLPI number) that has been approved by the MHRA for all tendered Medicines 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. AND (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. AND (c) Confirmation that all devices tendered and associated ancillaries which are classed as medical devices will carry the appropriate declaration of conformity for the UK market and display a valid CE, CE UKNI or UKCA mark prior to the start date of the Framework Agreement should be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control. AND (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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "classification": {
            "id": "33600000",
            "scheme": "CPV"
        },
        "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.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The estimated value referred to in Sections II.1.5 and II.2.6 covers the twenty-six (26) month contract duration and the twenty-two (22) month extension period of the framework agreement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22567. 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: Participants will be requested to provide a brief summary of the community benefits they already deliver in their business, where these are delivered, and what they have achieved in outcomes. Examples include: - Community activity - investment in buildings, resources, facilities, (new or repair), human resources. - Supporting education, learning, and schools, via school visits, presentations, providing resources, factory / site visits, education, training, and learning. - Employment, specifically supporting via apprentices, employing unemployed, training, skills development, supporting return to work. - Economic - supporting SMEs, 3rd sector / supported business indirectly, directly or via sub contracting. The ITT will also direct suppliers to the NHS Scotland Community Benefits Gateway. (SC Ref:711064)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000711064"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}