Opportunity

Pharmaceutical Services

  • North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

F02: Contract notice

Notice reference: 2022/S 000-004671

Published 18 February 2022, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

Don Valley House, Savile Street East

Sheffield

S4 7UQ

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.noecpc.nhs.uk

Buyer's address

https://www.noecpc.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

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

Pharmaceutical Services

Reference number

NOEJ.0535.0

two.1.2) Main CPV code

  • 85149000 - Pharmacy services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for the provision of a fully compliant pharmaceutical services Solution.

This is to include Inpatient, Outpatient and Discharge Dispensing services along with a Multi-compartment Compliance Aids (MCA) service.

The service is split across 4 lots:

Lot One – Remote Dispensing Services,
Lot Two – On-site Dispensing Services,
Lot Three – Dispensing of Medicine Compliance Aids, and
Lot Four – Ward Order Assembly

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 4 - Ward Order Assembly

Lot No

4

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the provision of ward order assembly services, defined for the purposes of this agreement as the delivery by the supplier of stock pharmaceutical products to the Participating Authority in pre-assembled containers for defined ward locations, ready for onward internal delivery within the hospital.

This lot also includes provision for Enhanced Ward Order Assembly which is defined for the purpose of this agreement as the delivery by the supplier of stock pharmaceutical products directly to the specific ward location on the hospital premises. This may include delivery ‘on-shelf’ of products at the ward location.

For further information of eligible entities please see Lot 1 - II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

For further information of eligible entities please see Lot 1 - II.2.11

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk

two.2) Description

two.2.1) Title

Lot 3 - Medical Compliance Aids

Lot No

3

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the assembly and delivery of Medical Compliance Aids, whether it be for Inpatients, Discharge, Outpatients or Home Delivery.

For further information of eligible entities please see Lot 1 - II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

For further information of eligible entities please see Lot 1 - II.2.11

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk

two.2) Description

two.2.1) Title

Lot 2 - On-site Dispensing Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers onsite retail pharmacy services, incorporating all services that must be delivered from the Participating Authority’s site.

For further information of eligible entities please see Lot 1 - II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

For further information of eligible entities please see Lot 1 - II.2.11

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk

two.2) Description

two.2.1) Title

Lot 1 - Remote Dispensing Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers remote dispensing services including requirements to undertake medicines reconciliation in sufficient detail to obtain a relevant medication history for each patient to ensure an appropriate clinical screen is made. This is to avoid adverse consequences arising from situations such as: a previous allergy, drug-drug interaction, therapeutic class duplications and contraindications to medicines before dispensing takes place.

The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

Barnsley Facilities Services Ltd (wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust)
Barnsley Hospital NHS Foundation Trust
Bradford Teaching Hospitals NHS Foundation Trust
Calderdale and Huddersfield NHS Foundation Trust
Calderdale and Huddersfield Solutions Ltd (wholly owned subsidiary of Calderdale and Huddersfield NHS Foundation Trust)
Chesterfield Royal Hospital NHS Foundation Trust
Derbyshire Community Health Services NHS Foundation Trust
Derbyshire Support and Facilities Services Ltd (wholly owned subsidiary of Chesterfield Royal Hospitals NHS Foundation Trust)
Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust
Harrogate and District NHS Foundation Trust
Harrogate Healthcare Facilities Management Ltd (wholly owned subsidiary of Harrogate and District NHS Foundation Trust)
Humber Teaching NHS Foundation Trust
Leeds and York Partnership NHS Foundation Trust
Leeds Community Healthcare NHS Trust
Leeds Teaching Hospitals NHS Trust
Leicestershire Partnership NHS Trust
Lincolnshire Community Health Services NHS Trust
Lincolnshire Partnership NHS Foundation Trust
Locala Community Partnerships CIC
Manx Care
Mid Yorkshire Hospitals NHS Trust
Northern Lincolnshire and Goole NHS Foundation Trust
Sheffield Children's NHS Foundation Trust
Sheffield Health & Social Care NHS Foundation Trust
Sheffield Teaching Hospitals NHS Foundation Trust
Sherwood Forest Hospitals NHS Foundation Trust
The Newcastle upon Tyne Hospitals NHS Foundation Trust
The Rotherham NHS Foundation Trust
United Lincolnshire Hospitals NHS Trust
University Hospitals of Derby and Burton NHS Foundation Trust
University Hospitals of Leicester NHS Trust
York and Scarborough Teaching Hospitals NHS Foundation Trust
York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York and Scarborough Teaching Hospital NHS Foundation Trust)
Yorkshire Ambulance Service NHS Trust

A full list of current NHS PiP members is available at all times on the below websites;

http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/
https://www.eoecph.nhs.uk/

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members
and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The entities eligible to utilise this framework agreement, subject to approval of NOE CPC, includes but will not be limited to Acute; Foundation; Ambulance; Community; Care; Primary Care; Clinical Commissioning Groups, Mental Health Trusts, Integrated Care Systems (ICS’s), Community Interest Companies (CIC), associated wholly owned companies and subsidiaries and successor bodies.
Acute Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
Clinical commissioning groups (CCGs):
http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Mental Health Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
Ambulance Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
Care Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
NHS Trust Development Authority (TDA):
http://www.ntda.nhs.uk/
Special Health Authorities:
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
Integrated Care Systems (ICS’s) and the contracting authorities which make up those ICS’s, a listing of which can be found at; https://www.england.nhs.uk/integratedcard/integrated-care-in-your-area/
Arms Length Bodies:
https://www.gov.uk/government/publications/arms-length-bodies/our-arms-length-bodies
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations, as identified at:
https://www.england.nhs.uk/south/info-professional/stps/
NHS England:
http://www.england.nhs.uk/ourwork/d-com/ and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups – CCGs supported by the Commissioning Support Units – CSU’s which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.
CCG: https://www.england.nhs.uk/resources/ccg-directory
CSU:https://www.england.nhs.uk/commissioning/supporting-commissioners/
The Clinical Commissioning Board, Area Teams:
http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services and GP consortia and GP Practices:
and any other provider of primary medical services:
a) who are a party to any of the following contracts:
- General Medical Services (GMS),
- Personal Medical Services (PMS),
- Alternative Provider Medical Services (APMS) and/or
b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises:
http://www.socialenterprise.org.uk/
Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish and community councils)
Local Councils in England, Scotland and Wales:
https://www.gov.uk/find-local-council
Local Authority Councils in Northern Ireland:
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
NHS Wales (National Health Service for Wales) including but not limited to: Welsh Health Boards, Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
https://www.wales.nhs.uk/ourservices/directory/LocalHealthBoards
NHS Scotland (National Health Service for Scotland) including but not limited to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
http://www.healthscotland.com/about/index.aspx

Continued at Section VI.3 Additional Information

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk


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

See SQ/ITT

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

See SQ/ITT


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

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: 2021/S 000-009418

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2022

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 March 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services:
http://www.hscni.net/
Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care, as listed at:
https://www.gov.im/about-the-government/departments
Educational Establishments in England & Wales listed on the Department for Education’s Register EduBase (to be superseded by GIAS (Get Information about Schools) including establishments providing compulsory, higher and further education:
https://www.get-information-schools.service.gov.uk
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
Schools in England
https://www.gov.uk/government/publications/schools-in-england
Education Trusts
https://www.gov.uk/types-of-school/academies
Schools in Wales
https://gov.wales/address-list-schools
Further Education and 6th Form Colleges in the UK
http://findfe.com/
Higher Education Recognised or listed bodies in the UK offering degree-level courses:
https://www.gov.uk/check-a-university-is-officially-recognised
Schools in Scotland including primary, secondary and special schools:
https://education.gov.scot/parentzone/
Educational Establishments in Scotland:
http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments
Schools and Educational Establishments in Northern Ireland:
https://www.education-ni.gov.uk/services/schools-plus
Higher Education Universities and Colleges in Northern Ireland:
https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces.
https://www.police.uk/forces/
England Fire and Rescue Services
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
Scottish Fire & Rescue Services
http://www.firescotland.gov.uk/your-area.aspx
Welsh Fire & Rescue Services
https://gov.wales/fire-rescue
Northern Ireland Fire & Rescue Service
https://www.nifrs.org/
UK Maritime & Coastguard Agency
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening
Registered charities in England and Wales:
https://www.gov.uk/find-charity-information
Registered charities in Scotland:
http://www.oscr.org.uk/charities
Registered charities in Northern Ireland:
http://www.charitycommissionni.org.uk/charity-search/
Ministry of Defence (MOD):
https://www.gov.uk/government/organisations/ministry-of-defence
Royal Navy - https://www.royalnavy.mod.uk/
British Army - http://www.army.mod.uk/
Royal Air Force - https://www.raf.mod.uk/
Registered social landlords: government funded not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
England
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Scotland
http://directory.scottishhousingregulator.gov.uk/pages/default.aspx
Wales
http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Northern Ireland
https://www.nidirect.gov.uk/contacts/housing-associations
Any other public sector and government organisations, including, but not limited to, those listed at; Departments, agencies and public bodies
https://www.gov.uk/government/organisations

six.4) Procedures for review

six.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.2) Body responsible for mediation procedures

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.

Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

Bidders should note that the NOE CPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.