Section one: Contracting authority
one.1) Name and addresses
Procurement and Logistics Service
77 Boucher Crescent
Belfast
BT12 6HU
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Medicinal Products and Pharma Funded Homecare [5749446]
Reference number
5749446
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Medicinal Products and Pharma Funded Homecare
two.1.5) Estimated total value
Value excluding VAT: £1,195,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Medicinal Products - Direct to Trust
Lot No
1
two.2.2) Additional CPV code(s)
- 85312200 - Homedelivery of provisions
- 85141210 - Home medical treatment services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Medicinal Products and Pharma Funded Homecare
two.2.5) Award criteria
Quality criterion - Name: Compliance with Specification / Weighting: 25
Quality criterion - Name: Compliance with licensing requirements / Weighting: 25
Cost criterion - Name: Nominal score for completion of Pricing Schedule / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £597,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As detailed in the Tender documentation
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As detailed in the tender documentation
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at section II.2.6 is the maximum value attributable to Lot 1. It is expected,based. on current spend, the annual value will be £72.5m. The figure in II.2.6 reflects the. potential spend across the maximum term of the. framework, including all extension options. and provides for a potential increase in spend of 50% in anticipation of potential price.. increases, expansion of product ranges and increased demand during the framework term.
two.2) Description
two.2.1) Title
Medicinal Products - with Pharma Funded Homecare Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85312200 - Homedelivery of provisions
- 85141210 - Home medical treatment services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Medicinal Products and Pharma Funded Homecare
two.2.5) Award criteria
Quality criterion - Name: Compliance with Specification / Weighting: 25
Quality criterion - Name: Compliance with licensing requirements / Weighting: 25
Cost criterion - Name: Nominal score for completion of Pricing Schedule / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £597,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As detailed in the Tender documentation
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As detailed in the Tender documentation
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at section II.2.6 is the maximum value attributable to Lot 2. It is expected,. based. on current spend, the annual value will be £72.5m. The figure in II.2.6 reflects the. potential spend across the maximum term of the. framework, including all extension options. and provides for a potential increase in spend of 50% in anticipation of potential price.. increases, expansion of product ranges and increased demand during the framework term.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the Tender documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the Tender documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 25
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035856
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2025
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 September 2025
four.2.7) Conditions for opening of tenders
Date
24 February 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The value in section II.1.5 is the maximum value attributable to the overall Framework. It is. expected, based on current spend, the annual value will be £145m. The figure in II.1.5 reflects. the potential spend across the maximum term of the framework, including all extension. options and provides for a potential increase in spend of 50% in anticipation of potential. price increases, expansion of product ranges and increased demand during the framework. term. . . In Section I.2), it is stated that this procurement is a joint procedure and contract. award is by a central purchasing body. This contract is not a joint contract, it is a central. purchasing body contract operated by the. Business Services Organisation, Procurement. and Logistics Service on behalf of the participants listed in I.1.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation, Procurement and Logistics Service
Belfast
Country
United Kingdom