{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000499571-2018-01-08T00:00:00Z",
    "date": "2018-01-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000499571",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-51",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "email": "jen.paterson@ed.ac.uk",
                "telephone": "+44 1316514575",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-24",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "email": "elizabeth.lebost@ed.ac.uk",
                "telephone": "+44 1316509368",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-24"
    },
    "tender": {
        "id": "EC0655",
        "title": "Provision of Human Pharmaceutical Goods",
        "description": "The University wishes to appoint suppliers to a Framework Agreement for the supply of pharmaceuticals, general healthcare and retail goods for the Bristo Square University Pharmacy. This requirement is not divided into Lots as most pharmaceutical suppliers supply a broad range of goods and can supply the majority of the goods to be procured through this framework. Dividing into lots would therefore not add value. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85149000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "1st floor Richard Verney Health Centre, 6 Bristo Square Edinburgh EH8 9AL"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2492000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-07-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-07-17T15:00:00Z"
        },
        "documents": [
            {
                "id": "JUN286266",
                "documentType": "contractNotice",
                "title": "Provision of Human Pharmaceutical Goods",
                "description": "The University wishes to appoint suppliers to a Framework Agreement for the supply of pharmaceuticals, general healthcare and retail goods for the Bristo Square University Pharmacy. This requirement is not divided into Lots as most pharmaceutical suppliers supply a broad range of goods and can supply the majority of the goods to be procured through this framework. Dividing into lots would therefore not add value. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN286266",
                "format": "text/html"
            },
            {
                "id": "JAN305967",
                "documentType": "awardNotice",
                "title": "Provision of Human Pharmaceutical Goods",
                "description": "The University wishes to appoint suppliers to a Framework Agreement for the supply of pharmaceuticals, general healthcare and retail goods for the Bristo Square University Pharmacy. This requirement is not divided into Lots as most pharmaceutical suppliers supply a broad range of goods and can supply the majority of the goods to be procured through this framework. Dividing into lots would therefore not add value. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN305967",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The University intends to create a Framework Agreement. This will allow the Pharmacist purchasing flexibility within the remit of the suppliers awarded to the Framework and ensure that the University can continue to purchase from the most competitive/appropriate supplier. The pharmacy offers a range of services, including: - Dispensing - Dispensing of NHS prescriptions and advice on how to get the most benefit from medicines. A comprehensive stock of medicines is kept and the pharmacy seek to ensure prescriptions are filled promptly, through the use of a fast and efficient wholesaler service. - Repeat Prescription Dispensing/Prescription collection - Disposal of unwanted medicines - Health Advice and Self-Care - the pharmacist and trained assistants are available for advice on all medicines and minor ailments. They can also give advice on how to live a healthy life, for example, advice on how to stop smoking or healthy diets. Where they cannot help, they will direct customers to other sources of advice and assistance. - Patient Medication Records - the pharmacy computer system keeps records of all prescriptions dispensed by the University pharmacy. This helps check for possible problems, such as interactions between medicines, and will help deal with any queries. The Pharmacy complies with the Data Protection Act and the NHS code of practice on confidentiality. - Medicine Sales - the pharmacy stocks a wide range of over the counter medicines and also vitamins and mineral supplements. - Holiday Healthcare - the pharmacist can advise on medical requirements for travellers, including anti-malaria treatments/vaccines. - Emergency Contraception - the pharmacist is available, usually immediately, and without appointment to prescribe free emergency contraception. - Emergency Supplies - if customers require one of their regular medicines in an emergency, when unable to contact their doctor, the pharmacy may be able to help. Bidders will be required to supply a range of goods to enable the pharmacist to deliver such services. In addition to the supply of goods, the University requires suppliers to provide a range of services as detailed in the ITT. This requirement is not divided into lots as most pharmaceutical suppliers supply a broad range of goods and can supply the majority of the goods to be procured through this framework. Dividing into lots would therefore not add value.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "cancelled",
                "value": {
                    "amount": 2492000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2.2. This Framework Agreement is for a period of 2 years. The University reserves the right to extend the Framework Agreement for a further 1 + 1 years, subject to satisfactory performance and continued requirement."
                }
            }
        ],
        "bidOpening": {
            "date": "2017-07-17T15:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Not applicable to this procurement exercise"
                },
                {
                    "type": "economic",
                    "description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 90,000.00 GBP for the last 3 years. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 5,000,000 GBP Product Liability Insurance = 5,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations; as such a Dun and Bradstreet reports will be obtained by the University. Bidders will be required to receive a Risk Indicator of 3 or above."
                },
                {
                    "type": "technical",
                    "description": "ESPD 4C.1.2 Statement Bidders will be required to provide examples/information that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice. Bidders will be required to detail their past experience/capability in the following areas: - Warehouse technology employed; - Inventory management systems; - Warehouse locations; - Fleet size/capability; - Warehouse size/capability; - Standard contingency plans/policies; - Key staff experience/qualifications; - Number of pharmacies served/Fleet to pharmacy served ratio; - Supply chain/base coverage. Responses should be clearly labelled and provided in a single document attached to the response box in PCS-T.",
                    "minimum": "ESPD 4D.1 1st Statement Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). ESPD 4D1.1 1st Statement Quality Management If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "classification": {
            "id": "33600000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Following expiry of the framework, it is envisaged that a further procurement exercise will be undertaken"
        }
    },
    "language": "EN",
    "description": "This procurement includes additional procurement-specific minimum requirements which are detailed in the Concluding Statements box of the Qualification Envelope in PCS-T. Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. (SC Ref:524992)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000499571"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000499571"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0655",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 113-227235"
        }
    ]
}