Awarded contract

National Inventory Management Solution

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F03: Contract award notice

Notice reference: 2021/S 000-004714

Published 9 March 2021, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

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

Contact

Rebecca Cruickshanks

Email

rebecca.cruickshanks@nhs.scot

Telephone

+44 1312756840

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

http://www.nhsscotlandprocurement.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

National Inventory Management Solution

Reference number

NP6046-20

two.1.2) Main CPV code

  • 72212430 - Inventory management software development services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement was seeking to purchase software which will deliver a national inventory management solution in order to support the management, consumption, track and trace of critical care consumables acquired by or on behalf of NHS Scotland entities constituted pursuant to the national Health Service (Scotland) Act1978 (i.e. all NHS Scotland Health Boards and the Authority or other NHS organisations established pursuant to the NHS (Scotland) Act 1978)and potentially all Integrated Joint Boards established pursuant to the Public Bodies(Joint Working)Scotland Act 2014 regardless of end user which may include health, social care, hospice care or care in the community.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,140,415

two.2) Description

two.2.2) Additional CPV code(s)

  • 48430000 - Inventory management software package
  • 48490000 - Procurement software package
  • 48517000 - IT software package
  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

Sites throughout Scotland

two.2.4) Description of the procurement

The procurement project was seeking a Service Provider to provide a fully managed and hosted Cloud based service for a National Catalogue and Inventory Management solution in order to support the management, consumption, track and trace of critical care consumables across all areas of stock holdings within NHS Scotland and NHS Scotland partners in health and social care.

A summary of the requirement is as follows, please note this list isn't exhaustive:

The Service Provider will provide a fully managed and hosted service (SaaS);

System updates managed centrally/performed remotely;

GS1 and PEPPOL compliant;

Catalogue data updateable in real time and managed directly by Suppliers;

Real time Operational Management and Real time Management of all inventories: stock levels, recording usage, tracking demand/consumption, tracing product, automatic replenishment, goods returns;

Support for GS1 standards for data such as GTINs (‘single’ and ‘outer’ supply units), GLNs and GSRNs;

Interfaces/Usable Outputs to other systems supporting Theatre Management, Cath Labs, Patient Management, Equipment/Asset Management, Pharmacy prescribing/dispensing, Facilities Management and the National Catering System.

Important note: There is a hard deadline for system “go live” of 31st March 2021. Contractors MUST ensure they detail in their tender response, how this hard deadline will be achieved. Please refer to the ITT document for further information on implementation of key milestones by this date.

two.2.5) Award criteria

Quality criterion - Name: Non-functional Requirements / Weighting: 20

Quality criterion - Name: Functional Requirements / Weighting: 35

Quality criterion - Name: Implementation / Weighting: 10

Quality criterion - Name: Demonstrations / Weighting: 10

Price - Weighting: 25

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Due to Covid 19 there is an urgent requirement for a National Inventory Management Solution in order to support the

management, consumption, track and trace of critical care consumables across all entities constituted pursuant to the national Health

Service.

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: 2020/S 188-455092


Section five. Award of contract

Contract No

NP6046-20

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Genesis Automation

Saxon Business Park, Hanbury Road

Bromsgrove

B60 4AD

Telephone

+44 7833461493

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,140,415


Section six. Complementary information

six.3) Additional information

Contract value of GBP5,800,000 reflects the anticipated overall value of the contract. This includes first year purchase and implementation of the

service including the recurring costs for the duration of the Contract including potential extension periods. NSS expects the contract value to depend on the innovative solutions being tendered. No guarantees are given to either volume or value of spend.

The buyer is using PCS-Tender to conduct this ITT exercise. The Procurement Contract Reference is NP6046-20.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16977. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:645811)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

six.4.3) Review procedure

Precise 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 operator 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 despatches 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. Economic operators are entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within 15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not prevent the authority from awarding the framework agreement following the expiry of the standstill period. 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.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom