Tender Details
Title
NP39724g Plerixafor The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) NP39724g Plerixafor The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) NP39724g PlerixaforSupply of Plerixafor to NHS Scotland. Reference no:APR476133 Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) Published to:External Deadline date:27/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-045554 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-045554Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)Authority ID:AA84556Publication date:27 April 2024Deadline date:27 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Supply of Plerixafor to NHS Scotland. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesThe Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)Gyle Square (NSS Head Office), 1 South Gyle CrescentEdinburghEH12 9EBUK Contact person: Michelle Semple E-mail: michelle.semple3@nhs.scot NUTS: UKMInternet address(es) Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883I.2) Joint procurementThe contract is awarded by a central purchasing bodyI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.htmlAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.htmlI.4) Type of the contracting authorityBody governed by public lawI.5) Main activityHealthSection II: ObjectII.1) Scope of the procurementII.1.1) TitleNP39724g PlerixaforII.1.2) Main CPV code33600000 II.1.3) Type of contractSuppliesII.1.4) Short descriptionSupply of Plerixafor to NHS Scotland.II.1.5) Estimated total valueValue excluding VAT: 2 049 169.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)33600000II.2.3) Place of performanceNUTS code:UKMMain site or place of performance: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.II.2.4) Description of the procurementSupply of Plerixafor to NHS Scotland. The Authority intends to award this as a single supplier framework per product line. Full details of Goods and volumes can be found within the ITT (Invitation to Tender) documents.II.2.5) Award criteriaCriteria below: Quality criterion: API sources / Weighting: 5 Price / Weighting: 95II.2.6) Estimated valueValue excluding VAT: 2 049 169.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 12 This contract is subject to renewal: Yes Description of renewals:This framework includes the option to extend for any number of periods, up to a maximum overall period of sixteen (16) 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 invitedII.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 informationIII.1) Conditions for participationIII.1.3) Technical and professional abilityList and brief description of selection criteria:(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 level(s) of standards required:(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 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.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.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 a single operator.IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 27/05/2024 Local time: 17:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.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: 27/05/2024 Local time: 17:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe estimated value(s) referred to in Section II.1.5 cover the twelve (12) month contract duration and the sixteen (16) month extension period of the framework agreement.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26385. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363Community 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/contract.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:760740)VI.4) Procedures for reviewVI.4.1) Review bodySheriff Court House27 Chambers StreetEdinburghEH1 1LBUK Telephone: +44 1312252525 E-mail: edinburgh@scotcourts.gov.ukInternet address(es) URL: https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courtsVI.4.3) Review procedurePrecise 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 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.VI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 33600000Pharmaceutical productsMedical equipments, pharmaceuticals and personal care products Delivery locations ID Description 100UK - 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:michelle.semple3@nhs.scotAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
26.04.2024
Deadline Date
27.05.2024
Overview
NP39724g Plerixafor The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) NP39724g PlerixaforSupply of Plerixafor to NHS Scotland. Reference no:APR476133 Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) Published to:External Deadline date:27/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-045554 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-045554Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)Authority ID:AA84556Publication date:27 April 2024Deadline date:27 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Supply of Plerixafor to NHS Scotland. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesThe Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)Gyle Square (NSS Head Office), 1 South Gyle CrescentEdinburghEH12 9EBUK Contact person: Michelle Semple E-mail: michelle.semple3@nhs.scot NUTS: UKMInternet address(es) Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883I.2) Joint procurementThe contract is awarded by a central purchasing bodyI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.htmlAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.htmlI.4) Type of the contracting authorityBody governed by public lawI.5) Main activityHealthSection II: ObjectII.1) Scope of the procurementII.1.1) TitleNP39724g PlerixaforII.1.2) Main CPV code33600000 II.1.3) Type of contractSuppliesII.1.4) Short descriptionSupply of Plerixafor to NHS Scotland.II.1.5) Estimated total valueValue excluding VAT: 2 049 169.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)33600000II.2.3) Place of performanceNUTS code:UKMMain site or place of performance: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.II.2.4) Description of the procurementSupply of Plerixafor to NHS Scotland. The Authority intends to award this as a single supplier framework per product line. Full details of Goods and volumes can be found within the ITT (Invitation to Tender) documents.II.2.5) Award criteriaCriteria below: Quality criterion: API sources / Weighting: 5 Price / Weighting: 95II.2.6) Estimated valueValue excluding VAT: 2 049 169.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 12 This contract is subject to renewal: Yes Description of renewals:This framework includes the option to extend for any number of periods, up to a maximum overall period of sixteen (16) 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 invitedII.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 informationIII.1) Conditions for participationIII.1.3) Technical and professional abilityList and brief description of selection criteria:(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 level(s) of standards required:(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 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.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.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 a single operator.IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 27/05/2024 Local time: 17:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.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: 27/05/2024 Local time: 17:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe estimated value(s) referred to in Section II.1.5 cover the twelve (12) month contract duration and the sixteen (16) month extension period of the framework agreement.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26385. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363Community 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/contract.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:760740)VI.4) Procedures for reviewVI.4.1) Review bodySheriff Court House27 Chambers StreetEdinburghEH1 1LBUK Telephone: +44 1312252525 E-mail: edinburgh@scotcourts.gov.ukInternet address(es) URL: https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courtsVI.4.3) Review procedurePrecise 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 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.VI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 33600000Pharmaceutical productsMedical equipments, pharmaceuticals and personal care products Delivery locations ID Description 100UK - 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:michelle.semple3@nhs.scotAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Religious Justice Other Professional Turned Product and Screw Other Justice Machinery Regulation Direct Insurance (except Life Direct Life Courts Search Courts Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Agencies Professional Funds
CPVS
Profiles System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Boards Control, safety or signalling equipment for inland waterways Carbon Frames Office, school and office equipment cleaning services Squares Safety cases Business services: law, marketing, consulting, recruitment, printing and security Other community, social and personal services Control, safety or signalling equipment for parking facilities Templates Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Vats Pressure-reducing, control, check or safety valves Other services Envelopes Control, safety or signalling equipment for roads Envelopes, letter cards and plain postcards Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Control, safety or signalling equipment for airports Dates
UNSPSC
Profiles Nuts T squares Templates Boards Calendars Awards Environmental management Quality control Equipment cases Single room Case making services Packaging case Plerixafor Financial Instruments, Products, Contracts and Agreements Tent, for office use
Regions
Europe Northern Europe
Sectors
Chemicals Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Environmental Work Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Pharmaceuticals Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert