Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire Community Services NHS Trust
Unit 7/8 Meadow Lane
St Ives
Pe27 4LG
Contact
Jess Clark
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.cambscommunityservices.nhs.uk/
Buyer's address
https://www.cambscommunityservices.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Other type
Health Service
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pharmacy Service Provision
two.1.2) Main CPV code
- 85149000 - Pharmacy services
two.1.3) Type of contract
Services
two.1.4) Short description
harmacy Services Provision for Cambridgeshire Community Services NHS Trust.
CCS are a forward-thinking and innovative NHS trust seeking a similarly innovative and enthusiastic supplier partner to collaboratively deliver high quality pharmacy services to patients across Cambridgeshire as well as Norfolk, Suffolk, Bedfordshire and Milton Keynes for some services.
The requirement is multi-faceted and notably includes:
• Supply of stock medicines for clinical services across the footprint of the Trust, including integrated Contraception and Sexual Health (iCaSH) clinics, Dental Services, Eye Services, Dynamic Health (musculoskeletal - MSK), Children and Adult Community Health Services and prison services.
• Supply of a range of pre-packed medicines and over-labelled medicines.
• Dispensing of medicines to patients. In particular, dispensing of anti-retrovirals (ARVs) for the HIV clinics, including a clinical check by a specialist pharmacist, for collection by patients from the respective HIV clinics.
• Home delivery of dispensed medicines to the patients' home or other authorised delivery address within the UK.
• Provision of financial management, prescription activity and clinical management information monthly, or as required.
All information relating to the Procurement and responses are to be submit via Atamis.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
two.1.5) Estimated total value
Value excluding VAT: £39,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
two.2.4) Description of the procurement
harmacy Services Provision for Cambridgeshire Community Services NHS Trust.
CCS are a forward-thinking and innovative NHS trust seeking a similarly innovative and enthusiastic supplier partner to collaboratively deliver high quality pharmacy services to patients across Cambridgeshire as well as Norfolk, Suffolk, Bedfordshire and Milton Keynes for some services.
The requirement is multi-faceted and notably includes:
• Supply of stock medicines for clinical services across the footprint of the Trust, including integrated Contraception and Sexual Health (iCaSH) clinics, Dental Services, Eye Services, Dynamic Health (musculoskeletal - MSK), Children and Adult Community Health Services and prison services.
• Supply of a range of pre-packed medicines and over-labelled medicines.
• Dispensing of medicines to patients. In particular, dispensing of anti-retrovirals (ARVs) for the HIV clinics, including a clinical check by a specialist pharmacist, for collection by patients from the respective HIV clinics.
• Home delivery of dispensed medicines to the patients' home or other authorised delivery address within the UK.
• Provision of financial management, prescription activity and clinical management information monthly, or as required.
All information relating to the Procurement and responses are to be submit via Atamis.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2031
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: 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 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 per the Atamis Documents a SQ is required to be complete by the bidder.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 May 2024
Local time
4:00pm
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: 72 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 March 2024
Local time
4:00pm
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
Cambridgeshire Community Services NHS Trust
Unit 7/8 Meadow Lane
St Ives
Pe27 4LG
Country
United Kingdom