Tender Details
Title
NP48324 Emergency Planning Storage and Distribution The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) NP48324 Emergency Planning Storage and Distribution The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) NP48324 Emergency Planning Storage and DistributionThis Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) to NHS Scotland. Reference no:MAY479279 Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) Published to:External Deadline date:27/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-046ba5 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-046ba5Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)Authority ID:AA84556Publication date:29 May 2024Deadline date:27 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract This Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) 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: Laura Ferguson E-mail: laura.ferguson7@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:https://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) TitleNP48324 Emergency Planning Storage and DistributionII.1.2) Main CPV code63120000 II.1.3) Type of contractServicesII.1.4) Short descriptionThis Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) to NHS Scotland.II.1.5) Estimated total valueValue excluding VAT: 3 300 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)63120000II.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 procurementThis Contract is for the storage of 1760 pallets of Goods. The Contractor shall be required to store, manage, pick, pack, and prepare for dispatch and distribute the Goods to sites throughout Scotland and designated delivery points as directed by the Authority, including emergency deliveries. Collection may also be required by the Contractor as advised by the Authority.The contract will be awarded to a single supplier. Full details of the Service can be found in the ITT documents.II.2.5) Award criteriaCriteria below: Quality criterion: Waste Minimisation (Stockpile Recycling) / Weighting: 10 Quality criterion: Implementation / Weighting: 5 Quality criterion: Business Continuity Planning / Weighting: 5 Quality criterion: Distribution (Standard) / Weighting: 5 Quality criterion: Distribution (CBRN) / Weighting: 5 Price / Weighting: 70II.2.6) Estimated valueValue excluding VAT: 3 300 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: Yes Description of renewals:The Contract 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 that three (3) months notice, such notice to expire no later than the date the Contract 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions: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.III.1.2) Economic and financial standingList and brief description of selection criteria:The economic operator must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.Minimum level(s) of standards required:Product Loss, Theft, Damage and Destruction - 35000000GBPIII.1.3) Technical and professional abilityList and brief description of selection criteria:(a) Potential Contractors must possess a current valid Wholesale Distribution Authorisation Human (WDA(H)) issued by the Medicines and Healthcare products Regulatory Agency (MHRA).The licensed activities that are required within the WDA(H) are:Medicinal Products1.1 With “an authorisation” (a UK, Great Britain, or Northern Ireland Marketing Authorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration)1.2 Without “an authorisation” (a UK, Great Britain, or Northern Ireland MarketingAuthorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration) in GB or EEA and intended for the UK marketAuthorised Wholesale Distribution Operations2.2 Holding2.3 SupplyMedicinal products with additional requirements3.1.1 Narcotic or Psychotropic Products3.1.3 Immunological Medicinal Products3.3 Cold Chain Products (requiring low temperature handling)Categories of products handled at this site4.1 Prescription Only Medicines4.4 Pharmacy(b) Potential Contractors must possess a current valid UK Government Home Office Controlled Drug Licence (Schedules 2-5).(c) Potential Contractors and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.(d) Potential Contractors must have a minimum of two (2) storage facilities with capacity to store 1760 pallets within the required storage conditions.(e) Potential Contractors are required to provide evidence that their organisation has taken steps to build awareness of the climate change emergency and how they will respond.Minimum level(s) of standards required:(a) Confirmation of the existence of a storage and distribution site(s)’ current and valid MHRA Wholesale Distribution Authorisation registration certificate (including cold chain) covering POM, P and GSL medicines must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.(b) Confirmation of possession of a current and valid Home Office Controlled Drugs Licence (Schedules 2-5), or documentary evidence of progress with renewal, must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.(c) Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes.(d) Confirmation of the existence of the required storage capacity and storage conditions must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control(e) A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bidder'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.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure 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: 27/06/2024 Local time: 12:00IV.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: 27/06/2024 Local time: 12:00Section 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 referred to in Section II.1.5 covers the sixty (60) month contract duration and the twenty four (24) month extension period of the contract.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26669. 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=2363(SC Ref:765274)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 contract 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 contract. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract 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 contract has been entered into are limited to the award of damages.VI.5) Date of dispatch of this notice28/05/2024 Coding Commodity categories ID Title Parent category 63120000Storage and warehousing servicesCargo handling and storage services 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:laura.ferguson7@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
28.05.2024
Deadline Date
27.06.2024
Overview
NP48324 Emergency Planning Storage and Distribution The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) NP48324 Emergency Planning Storage and DistributionThis Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) to NHS Scotland. Reference no:MAY479279 Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) Published to:External Deadline date:27/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-046ba5 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-046ba5Published by:The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)Authority ID:AA84556Publication date:29 May 2024Deadline date:27 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract This Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) 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: Laura Ferguson E-mail: laura.ferguson7@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:https://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) TitleNP48324 Emergency Planning Storage and DistributionII.1.2) Main CPV code63120000 II.1.3) Type of contractServicesII.1.4) Short descriptionThis Public Contract is for the storage, stock management and distribution of Goods for the Scottish Government Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness Resilience and Response (EPRR) to NHS Scotland.II.1.5) Estimated total valueValue excluding VAT: 3 300 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)63120000II.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 procurementThis Contract is for the storage of 1760 pallets of Goods. The Contractor shall be required to store, manage, pick, pack, and prepare for dispatch and distribute the Goods to sites throughout Scotland and designated delivery points as directed by the Authority, including emergency deliveries. Collection may also be required by the Contractor as advised by the Authority.The contract will be awarded to a single supplier. Full details of the Service can be found in the ITT documents.II.2.5) Award criteriaCriteria below: Quality criterion: Waste Minimisation (Stockpile Recycling) / Weighting: 10 Quality criterion: Implementation / Weighting: 5 Quality criterion: Business Continuity Planning / Weighting: 5 Quality criterion: Distribution (Standard) / Weighting: 5 Quality criterion: Distribution (CBRN) / Weighting: 5 Price / Weighting: 70II.2.6) Estimated valueValue excluding VAT: 3 300 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: Yes Description of renewals:The Contract 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 that three (3) months notice, such notice to expire no later than the date the Contract 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions: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.III.1.2) Economic and financial standingList and brief description of selection criteria:The economic operator must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.Minimum level(s) of standards required:Product Loss, Theft, Damage and Destruction - 35000000GBPIII.1.3) Technical and professional abilityList and brief description of selection criteria:(a) Potential Contractors must possess a current valid Wholesale Distribution Authorisation Human (WDA(H)) issued by the Medicines and Healthcare products Regulatory Agency (MHRA).The licensed activities that are required within the WDA(H) are:Medicinal Products1.1 With “an authorisation” (a UK, Great Britain, or Northern Ireland Marketing Authorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration)1.2 Without “an authorisation” (a UK, Great Britain, or Northern Ireland MarketingAuthorisation, an Article 126a authorisation, a certificate of registration or traditional herbal registration) in GB or EEA and intended for the UK marketAuthorised Wholesale Distribution Operations2.2 Holding2.3 SupplyMedicinal products with additional requirements3.1.1 Narcotic or Psychotropic Products3.1.3 Immunological Medicinal Products3.3 Cold Chain Products (requiring low temperature handling)Categories of products handled at this site4.1 Prescription Only Medicines4.4 Pharmacy(b) Potential Contractors must possess a current valid UK Government Home Office Controlled Drug Licence (Schedules 2-5).(c) Potential Contractors and any sub-contractor(s) must possess valid certification of BS EN ISO9001 or equivalent.(d) Potential Contractors must have a minimum of two (2) storage facilities with capacity to store 1760 pallets within the required storage conditions.(e) Potential Contractors are required to provide evidence that their organisation has taken steps to build awareness of the climate change emergency and how they will respond.Minimum level(s) of standards required:(a) Confirmation of the existence of a storage and distribution site(s)’ current and valid MHRA Wholesale Distribution Authorisation registration certificate (including cold chain) covering POM, P and GSL medicines must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.(b) Confirmation of possession of a current and valid Home Office Controlled Drugs Licence (Schedules 2-5), or documentary evidence of progress with renewal, must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control.(c) Confirmation of the existence of valid certification of BS EN ISO 9001 or equivalent must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Assurance Schemes.(d) Confirmation of the existence of the required storage capacity and storage conditions must be included in the Qualification Envelope of the ITT under Technical and Professional ability: Quality Control(e) A completed copy of the Bidder Climate Change Plan template, including planned projects and actions to reduce the bidder'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.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure 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: 27/06/2024 Local time: 12:00IV.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: 27/06/2024 Local time: 12:00Section 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 referred to in Section II.1.5 covers the sixty (60) month contract duration and the twenty four (24) month extension period of the contract.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26669. 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=2363(SC Ref:765274)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 contract 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 contract. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract 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 contract has been entered into are limited to the award of damages.VI.5) Date of dispatch of this notice28/05/2024 Coding Commodity categories ID Title Parent category 63120000Storage and warehousing servicesCargo handling and storage services 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:laura.ferguson7@nhs.scotAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Power 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 Regulation Direct Insurance (except Life Direct Life Courts 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 Collection, transport and disposal of hospital waste 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 Engineering, auxiliary, average, loss, actuarial and salvage insurance services Boards Control, safety or signalling equipment for inland waterways Carbon Stocks Frames Office, school and office equipment cleaning services Squares Business services: law, marketing, consulting, recruitment, printing and security Control, safety or signalling equipment for parking facilities Templates Command, control, communication systems Control, safety or signalling equipment for port installations Command, control, communication and computer systems Mattocks, picks, hoes, rakes and beach rakes System, storage and content management software development services Parts of chain Chain Picks Lifting, handling, loading or unloading machinery Vats Pressure-reducing, control, check or safety valves Other services Pallets 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 Control, safety or signalling equipment for airports Dates
UNSPSC
Pallets Profiles Chains Nuts T squares Templates Boards Calendars Awards Business cases Environmental management Storage General goods storage Distribution Quality control Drug cases Single room Case making services 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 Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Electronics Building Material Construction Materials 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
To Follow
Fairs
Add New Fair Alert