Opportunity

Pharmacy Homecare Services - Low and Mid Tech

  • Royal Devon and Exeter NHS Foundation Trust

F02: Contract notice

Notice reference: 2021/S 000-009084

Published 28 April 2021, 11:06am



The closing date and time has been changed to:

18 June 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Royal Devon and Exeter NHS Foundation Trust

Peninsula Purchasing and Supply Alliance, Heavitree Hospital, Gladstone Road

Exeter

EX1 2ED

Contact

Tracie Dawson

Email

traciedawson@nhs.net

Telephone

+44 7825230403

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://uk.eu-supply.com/login.asp?B=NHSSW

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37305&B=NHSSW

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37305&B=NHSSW

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37305&B=NHSSW

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

Pharmacy Homecare Services - Low and Mid Tech

Reference number

T20/0418

two.1.2) Main CPV code

  • 85141210 - Home medical treatment services

two.1.3) Type of contract

Services

two.1.4) Short description

Pharmacy Homecare Services – a dispensing and delivery service for a range of low and mid pharmaceutical products with the option of a nursing support service.

This procurement is being conducted under the Light Touch Regime: Regulation 74-77.

The tender consists of 9 Lots.

This procurement is being managed by the Peninsula Purchasing and Supply Alliance on behalf of Royal Devon and Exeter NHS Foundation Trust acting for itself and the following organisations: -

https://www.england.nhs.uk/south/team/ccg-trust/

Plus

Guernsey - Princess Elizabeth Hospital

Jersey General Hospital

Gloucestershire Health and Care NHS Foundation Trust. (Merger of 2gether NHS Foundation Trust & Gloucestershire Care Services NHS Trust

Please note not all the Trusts named in the Contract Notice are currently participating in this Framework. Please refer to the tender documents for further information. Additional Trusts named may join at a later date.

two.1.5) Estimated total value

Value excluding VAT: £521,285,395

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 1 - Oncology & Haematology

Lot No

1

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 1 - Oncology & Haematology Homecare Service- A comprehensive dispensing and delivery service for a range of Oncology/Haematology medicines.

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: £52,804,550

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months.

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 2 - Neurology

Lot No

2

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 2 - Neurology Homecare Service includes multiple sclerosis and migraine therapies - a comprehensive dispensing and delivery service for a range of Neurology medicines.

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: £57,450,825

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months.

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 3 - HIV

Lot No

3

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 3 - HIV Homecare Service - a comprehensive dispensing and delivery service for a range of HIV medicines.

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: £16,040,550

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 4 - Hepatology and Organ Transplantation Immunosuppressants

Lot No

4

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 4 - Hepatology and Organ Transplantation Immunosuppressants Homecare Service - a comprehensive dispensing and delivery service for a range of Hepatology and Organ Transplantation Immunosuppressants medicines.

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: £6,103,600

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 5 - Erythropoiesis-stimulating agents (EPO)

Lot No

5

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 5 - Erythropoiesis-stimulating agents (EPO) Homecare Service - a comprehensive dispensing and delivery service for a range of EPO medicines with optional nurse support.

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: £3,000,000

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 6 - Cytokines, Biologics and Anti-TNFs

Lot No

6

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 6 - Cytokines, Biologics and Anti-TNFs Homecare Service - a comprehensive dispensing and delivery service for a range of Cytokines, Biologics and Anti-TNF medicines with optional nurse support.

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: £277,865,000

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months.

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots

two.2) Description

two.2.1) Title

Lot 7 - Medical Specialities

Lot No

7

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 7 - Medical Specialities Homecare Service includes Cardiology Oral CF, Respiratory & Oncology SC - a comprehensive dispensing and delivery service for a range of medical specialities medicines with optional nurse support.

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: £80,555,460

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months.

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 8 - Grown Hormones and Endocrinology

Lot No

8

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 8 - Grown Hormones and Endocrinology Homecare Service - a comprehensive dispensing and delivery service for a range of growth hormone and endocrinology medicines with optional nurse support.

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: £26,645,300

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months.

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.

two.2) Description

two.2.1) Title

Lot 9 - Fertility

Lot No

9

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services
  • 85110000 - Hospital and related services
  • 85112000 - Hospital support services
  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Pharmacy Homecare Services - Low and Mid Tech

Lot 9 - Fertility Homecare Service - a comprehensive dispensing and delivery service for a range of fertility medicines.

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: £820,110

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

Duration in months

24

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

We reserve the right to extend this Framework Agreement for any period of up to 24 months.

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 Framework Agreement has been broken down into Lots. Offerors may bid for any number of Lots.


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

Information and formalities necessary for evaluating if the requirements are met:

Any supplier may be disqualified who does not respond to the following in the requisite manner:

1) Suppliers are required to submit their tender response via the Trusts e-tendering portal - CTM - which is accessed at https://uk.eu-supply.com/login.asp - please make sure that you are registered to avoid any future delays.

2) Information and formalities necessary for evaluating if requirements are met:

(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;

(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j) Has been the subject of a conviction for fraud within the meaning of

Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

(l) The Trust reserves the right to enforce Regulation 57 of the PCR 2015 with regards to its rights to the discretionary exclusion of Bidders

Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.

In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Trust will also be utilising the NHS supplier information database (sid4gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via the e-tendering portal , candidates are requested to provide or update their profile on the sid4gov as follows:

a) candidates should register on sid4gov at http://http://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button.

b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.

c) Suppliers who already have a published profile on sid4gov must confirm that information is up to date ;i) candidates should ensure all relevant sections of their NHS sid4gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS sid4gov is unavailable, please contact NHS the sid4gov helpdesk.

PLEASE NOTE ALL RESPONSES TO FIND A TENDER SHOULD BE MADE THROUGH THE E-TENDERING PORTAL AND REGISTRATION IS REQUIRED ON SID4GOV TO UPDATE OR PROVIDE COMPANY PROFILES ONLY

three.1.3) Technical and professional ability

List and brief description of selection criteria

See above III. 1.1

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the tender documents - performance monitoring section.


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

Envisaged maximum number of participants to the framework agreement: 15

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 178-431067

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

Originally published as:

Date

16 June 2021

Local time

12:00pm

Changed to:

Date

18 June 2021

Local time

12:00pm

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

16 June 2021

Local time

12:00pm


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

Peninsula Purchasing & Supplies Alliance

Heavitree Hospital, Gladstone Road

Exeter

EX1 2ED

Email

traciedawson@nhs.net

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Peninsula Purchasing & Supplies Alliance

Heavitree Hospital, Gladstone Road

Exeter

EX1 2ED

Country

United Kingdom

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

Peninsula Purchasing & Supplies Alliance

Heavitree Hospital, Gladstone Road

EX1 2ED

Country

United Kingdom