- 1. The Christie NHS Foundation Trust
- 2. Bolton NHS Foundation Trust
- 3. Greater Manchester Mental Health NHS Foundation Trust
- 4. Manchester University NHS Foundation Trust
- 5. Pennine Care NHS Foundation Trust
- 6. Stockport NHS Foundation Trust
- 7. Northern Care Alliance NHS Group
- 8. Tameside and Glossop Integrated care NHS Foundation Trust
- 9. Wrightington, Wigan and Leigh NHS Foundation Trust
- 10. East Cheshire NHS Trust
Section one: Contracting authority
one.1) Name and addresses
The Christie NHS Foundation Trust
Wilmslow Road
Manchester
M20 4BX
Contact
Ms D Sinclair
Telephone
+44 07748624560
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Bolton NHS Foundation Trust
Bolton
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.1) Name and addresses
Greater Manchester Mental Health NHS Foundation Trust
Manchester
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.1) Name and addresses
Manchester University NHS Foundation Trust
Manchester
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.1) Name and addresses
Pennine Care NHS Foundation Trust
Ashton-under-Lyne
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
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.1) Name and addresses
Northern Care Alliance NHS Group
Salford
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
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
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.1) Name and addresses
East Cheshire NHS Trust
Macclesfield
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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.