Tender

Greater Manchester Pharmacy Logistics Supply Chain Service

  • The Christie NHS Foundation Trust
  • Bolton NHS Foundation Trust
  • Greater Manchester Mental Health NHS Foundation Trust
  • Manchester University NHS Foundation Trust
  • Pennine Care NHS Foundation Trust
Show 5 more buyers Show fewer buyers
  • Stockport NHS Foundation Trust
  • Northern Care Alliance NHS Group
  • Tameside and Glossop Integrated care NHS Foundation Trust
  • Wrightington, Wigan and Leigh NHS Foundation Trust
  • East Cheshire NHS Trust

F02: Contract notice

Notice identifier: 2022/S 000-006515

Procurement identifier (OCID): ocds-h6vhtk-03200d

Published 9 March 2022, 7:27pm



Section one: Contracting authority

one.1) Name and addresses

The Christie NHS Foundation Trust

Wilmslow Road

Manchester

M20 4BX

Contact

Ms D Sinclair

Email

diane.sinclair@nhs.net

Telephone

+44 07748624560

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.christie.nhs.uk

Buyer's address

https://www.christie.nhs.uk

one.1) Name and addresses

Bolton NHS Foundation Trust

Bolton

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.boltonft.nhs.uk

one.1) Name and addresses

Greater Manchester Mental Health NHS Foundation Trust

Manchester

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.gmmh.nhs.uk/

one.1) Name and addresses

Manchester University NHS Foundation Trust

Manchester

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://mft.nhs.uk/

one.1) Name and addresses

Pennine Care NHS Foundation Trust

Ashton-under-Lyne

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.penninecare.nhs.uk/

one.1) Name and addresses

Stockport NHS Foundation Trust

Stockport

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.stockport.nhs.uk/

one.1) Name and addresses

Northern Care Alliance NHS Group

Salford

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.northerncarealliance.nhs.uk/

one.1) Name and addresses

Tameside and Glossop Integrated care NHS Foundation Trust

Ashton-under-Lyne

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://tamesideandglossopicft.nhs.uk/

one.1) Name and addresses

Wrightington, Wigan and Leigh NHS Foundation Trust

Wigan

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.wwl.nhs.uk/

one.1) Name and addresses

East Cheshire NHS Trust

Macclesfield

Email

Diane.Sinclair@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.eastcheshire.nhs.uk/

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

http://www.supplying2nhs.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.supplying2nhs.org

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

Greater Manchester Pharmacy Logistics Supply Chain Service

Reference number

DN593114

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Christie NHS Foundation Trust (“Trust”), on behalf of itself and the other NHS organisations within the Greater Manchester Provider Chief Pharmacists’ Collaborative (GMPCPC) identified within this notice, would like to invite potential suppliers to participate in a tender process for the provision of regional medicine supply chain services.

The GMPCPC was tasked to improve service levels and increase medicines optimisation activities and has identified, as the most effective option, a regional supply chain model that provides medicines at pre-assembled ward level to hospitals.

The Trust and Authorised Service Recipients require safe, reliable and resilient medicines supply chain Services, to drive efficiencies and streamline all logistics processes.

The Trust will act as host organisation of the operating model, across procurement, implementation and ongoing operations. The Trust will operate a strategic Control Tower, which will be co-located at the Facility and act as intermediary between the successful Supplier and the Authorised Service Recipients.

Each potential supplier will be required to identify and confirm within its bid the medicines it has access to under CMU contracts (known as Standard Stock). The successful Supplier will then be responsible for all Standard Stock medicine procurement, ownership and supply chain management.

All other medicines required to fulfil Orders from Authorised Service Recipients (known as Non-Standard Stock) will be purchased on behalf of the Authorised Service Recipients by the Control Tower. Whilst the successful Supplier will not take ownership of the Non-Standard Stock, it will be required to store, pick, pack and deliver (i.e. provide supply chain management for) that Non-Standard Stock together with all Standard Stock.

The value of the contract opportunity stated in this notice includes the potential cost of all Standard Stock to be provided by the successful Supplier.

The successful Supplier will be responsible for all storage and management of Stock, preparation of Stock for transportation and delivery, minimisation of Stock wastage, and delivery of Stock from the Facility to the Delivery Points.

The successful Supplier is required to provide an electronic inventory management system (known as the Dedicated IT) to underpin the procurement, inventory, Ordering, delivery and invoicing of Stock. Other technologies such as cumulative barcoding, GS1 and business intelligence provision are required as part of the Services.

In accordance with the requirements of the Service Contract, changes to medicines regulations, developments and innovations are to be considered, anticipated and incorporated into the model over the Term.

The Trust’s ambition is to build a collaborative relationship with the successful Supplier, and to create a forward thinking and intelligent structure to anticipate and satisfy the developing needs of the pharmacy services in Greater Manchester.

All capitalised terms used in this short description have the meaning given to them in the procurement documents.

Tenderers are strongly encouraged to consider the procurement documents in full to ensure that they are able to understand and appreciate the entire scope of the opportunity.

two.1.5) Estimated total value

Value excluding VAT: £7,100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48430000 - Inventory management software package
  • 48782000 - Storage management software package
  • 60112000 - Public road transport services
  • 60160000 - Mail transport by road
  • 63120000 - Storage and warehousing services
  • 72212430 - Inventory management software development services
  • 79991000 - Stock-control services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

North West

All Trusts and sites listed in the procurement documents

two.2.4) Description of the procurement

Please see II.1.4. Short description.

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: £7,100,000,000

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

Duration in months

186

This contract is subject to renewal

Yes

Description of renewals

The proposed contract is to be let for an initial term of up to 162 months (the exact period of the initial term will depend on the time taken to satisfy the Conditions Precedent and to complete the Implementation Services). There is also an option to extend the Contract by up to a further 24 months following the initial term.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

As detailed in the Selection Questionnaire documentation.

two.2.10) Information about variants

Variants will be accepted: No

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

two.2.14) Additional information

All organisations listed in Section 1.2 of this notice will be entitled to receive and benefit from all supplies and services that are the subject of the contract that is intended to be awarded as a result of this procurement exercise.

Other Trusts not listed in Section 1.2 will be entitled to receive and benefit from all supplies and services that are the subject of the contract that is intended to be awarded as a result of this procurement exercise should a decision be taken to expand the requirement beyond the current footprint.

Other services may be added to the contract at a future date.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

Date

8 April 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 May 2022

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

The High Court, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court in England and Wales.