Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Person cyswllt: Stephanie McNiven
Ffôn: +44 1698794410
E-bost: Stephanie.McNiven2@nhs.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nhsscotlandprocurement.scot.nhs.uk/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Antiviral Generic Medicines
Cyfeirnod: NP43320
II.1.2) Prif god CPV
33600000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Supply of antiviral generic medicines to NHS Scotland.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 047 478.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Antiviral Generic Medicines
II.2.2) Cod(au) CPV ychwanegol
33600000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
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) Disgrifiad o’r caffaeliad
Supply of a range of antiviral generic medicines used to treat conditions such as HIV, Hepatitis B, Hepatitis C and Influenza to NHS Scotland.
The authority intends to award this lot as a single supplier framework per line.
Full details of goods and volumes can be found within the ITT documents.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Logistics
/ Pwysoliad: 5
Price
/ Pwysoliad:
95
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 514 274.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 14
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
This framework includes the option(s) to extend for up to a total 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.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Emtricitabine/Tenofovir Disoproxil
II.2.2) Cod(au) CPV ychwanegol
33600000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
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) Disgrifiad o’r caffaeliad
Supply of Emtricitabine/Tenofovir Disoproxil to NHS Scotland.
The authority intends to award this framework as a ranked multi-supplier framework to a maximum of five (5) framework participants.
Full details of goods and volumes can be found within the ITT documents.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Logistics
/ Pwysoliad: 5
Price
/ Pwysoliad:
95
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 527 918.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 14
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
This framework includes the option(s) to extend for up to a total 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.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Ribavirin
II.2.2) Cod(au) CPV ychwanegol
33600000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
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) Disgrifiad o’r caffaeliad
Supply of Ribavirin to NHS Scotland.
The authority intends to award this framework as an unranked multi-supplier framework per line to a maximum of four (4) framework participants.
Full details of goods and volumes can be found within the ITT documents.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Logistics
/ Pwysoliad: 5
Price
/ Pwysoliad:
95
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 285.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 14
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
This framework includes the option(s) to extend for up to a total 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.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
(a) potential framework participants must be able to demonstrate the existence of a valid and current UK Marketing Authorisation or EMA Marketing Authorisation that has been approved by the MHRA for all tendered goods at the date of submission of the tender;
(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.
Lefel(au) gofynnol y safonau sydd eu hangen:
(a) Confirmation of existence of a valid and current UK Marketing Authorisation or EMA Marketing Authorisation that has been approved by the MHRA for all tendered goods 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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 10
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
24/11/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
24/11/2020
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The estimated value(s) referred to in section II.1.5) and within all lots cover(s) the fourteen (14) 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 17230. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The contracting authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is not envisaged that subcontractors will be utilised in delivery of this framework agreement.
The contracting authority does not intend to include any community benefit requirements in this contract for the following reason:
No community benefits will be deliverable through the award of this framework agreement.
(SC Ref:633409)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Ffôn: +44 1312252525
E-bost: edinburgh@scotcourts.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: an economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Dyddiad anfon yr hysbysiad hwn
21/10/2020