Opportunity

Category Management Service Provider contracts for NHS Supply Chain

  • Supply Chain Coordination Limited (SCCL)

F02: Contract notice

Notice reference: 2022/S 000-009671

Published 11 April 2022, 9:12pm



Section one: Contracting authority

one.1) Name and addresses

Supply Chain Coordination Limited (SCCL)

Skipton House, 80 London Road

London

SE1 6LH

Contact

Charlotte Davidson

Email

SCCLProcurement@Supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

10881715

Internet address(es)

Main address

https://www.sccl.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://nhssupplychain.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com/

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://nhssupplychain.app.jaggaer.com/

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Category Management Service Provider contracts for NHS Supply Chain

Reference number

Project_1061

two.1.2) Main CPV code

  • 79418000 - Procurement consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

As part of the future Target Operating Model of NHS Supply Chain, the Authority is seeking to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement will be conducted under a single procurement containing four Lots.

Lot 1: Medical Consumables - Surgical Consumables and Infection Control

Lot 2: Medical Consumables - Rehabilitation and Community

Lot 3: Non-Medical - Food; and

Lot 4: Non: Medical - Facilities (including Office Solutions)

A copy of the Procurement Documentation, including the Descriptive Document, can be obtained from the eProcurement Portal as described within this Contract Notice.

Each contract will be for an initial period of forty-five months (excluding the anticipated three month implementation period) and may be extended for up to an additional twenty-four months subject to achieving the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty-nine months.

The Authority intends to enter into contractual arrangements under which it will be entitled to appoint Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under this contractual agreement the CMSPs will procure frameworks for the provision of supplies and/or services which it will make available for purchase by: 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity or healthcare provider (including private organisations, primary care, community settings and social care); 4) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic & Emergency Planning Programmes), and/or 5) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above.

SCCL is seeking a supplier that can:

- implement Category and Sourcing Strategies that will promote market growth and deliver the agreed savings in the agreed timescales.

- deliver range management services, in line with the Authority’s Clinical and Product Assurance Framework, that deliver the optimal range of products to the Customers ensuring that product choice is aligned with clinical quality assessments and balanced against sufficient market competition to ensure sustainability of competitive supply

- work to identify and enable Customer savings opportunities, to include, but not limited to, switching products and routes to market;

- enable and implement a variety of Customer savings levers that also promote market growth.

- provide an efficient and effective service to Customers, Product Suppliers and other areas of the NHS Supply Chain Operating Model;

- provide a flexible, responsive and supportive service that enables these organisations to operate effectively, minimise their costs and conduct their activities without delay

- work with other parts of the NHS Supply Chain Operating Model, the Authority and the NHS to ensure that information, data and reports are managed and delivered to enable improved working relationships and an overall system that combines to provide an efficient, effective and improved service to Customers.

two.1.5) Estimated total value

Value excluding VAT: £196,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Procurement has four (4) Lots, and the Procurement has no lotting restriction. Tenderers that pass the minimum quality thresholds for each of the relevant Lots will be permitted to bid for more than one Lot. The Procurement Documentation provides details of the minimum quality thresholds, and the multi-lot evaluation methodology.

two.2) Description

two.2.1) Title

Medical Consumables: Surgical Consumables and Infection Control

Lot No

1

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services
  • 75131000 - Government services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79418000 - Procurement consultancy services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Please refer to the suite of Procurement Documentation

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: £99,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

See the detail provided within II.1.4

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance provided within the suite of Procurement Documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See II.1.4

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

Please refer to the suite of Procurement Documentation (including Document 1: Descriptive Document) for further detail

two.2) Description

two.2.1) Title

Medical Consumables: Rehabilitation and Community

Lot No

2

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services
  • 75131000 - Government services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79418000 - Procurement consultancy services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Please refer to the suite of Procurement Documentation

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: £44,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

See II.1.4

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance which is included within the suite of Procurement Documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See II.1.4

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

Please refer to the Suite of Procurement Documentation (including Document 1 - Descriptive Document)

two.2) Description

two.2.1) Title

Non-Medical: Food

Lot No

3

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services
  • 75131000 - Government services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79418000 - Procurement consultancy services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Please refer to the suite of Procurement Documentation

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: £29,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

See II.1.4

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance provided as part of the suite of Procurement Documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See II.1.4

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

Please refer to the suite of Procurement Documentation (including Document 1 - Descriptive Document)

two.2) Description

two.2.1) Title

Non-Medical: Facilities (including Office Solutions)

Lot No

4

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services
  • 75131000 - Government services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79418000 - Procurement consultancy services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Please refer to the suite of Procurement Documentation

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: £24,500,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

See II.1.4

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance provided as part of the suite of Procurement Documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See II.1.4

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

Please refer to the suite of Procurement Documentation (including Document 1 - Descriptive Document)


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 stated in the suite of Procurement Documentation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Parent company or other guarantees may be required in certain circumstances. Further details will be in the Procurement Documentation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the suite of Procurement Documentation

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2021/S 000-028758

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

Date

1 June 2022

Local time

12:00pm

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

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracts resulting from this procurement will be executed by Supply Chain Coordination Limited (‘the Authority’). The cost estimates provided in Sections II.1.5 and II.2.6 are estimates based on historical cost data and anticipated Savings, KPI and Business Objective Fees, across a sixty-nine month contract term which includes extensions of up to twenty-four months.

The Authority is publishing a suite of Procurement Documentation including the Descriptive Document, Selection Questionnaire Instructions, a draft of the Invitation to Submit an Initial Tender (ISIT), and the draft contract/draft contract summary (to include relevant annexes) through its eProcurement Portal with this notice. However, in accordance with the selected procurement procedure, the final form of the ISIT documents (with supporting annexes) will be issued at the appropriate point in the procurement (as defined in the Descriptive Document).

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com/ The eProcurement Portal reference number for this exercise is Project_1061. Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information through the NHS Supply Chain eProcurement Portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Applicants are encouraged to download the Supplier Handbook located within the eProcurement Portal by following the 'Supplier Help centre ' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information.

All communications must be made through NHS Supply Chain's eProcurement Portal at https://nhssupplychain.app.jaggaer.com/web/login.html using the Message Centre facility linked to this particular contract notice.

Please note that the contract duration specified in II.2.7 (seventy-two months) includes the optional extensions (up to twenty-four months), and the anticipated three month implementation period.

The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract(s) by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the Procurement Documentation (including any part of it) by amendments in writing (via the eProcurement Portal), including extending the deadline for receipt of tender responses.

In accordance with the Government's policies on transparency, potential providers should note that the Authority intends to publish any contract awarded Documentation on Contracts Finder, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency.

The costs of participation in the procurement will be borne by each applicant.

six.4) Procedures for review

six.4.1) Review body

NHS England & NHS Improvement

Skipton House, 80 London Road

London

SE1 6LH

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a standstill period following its contract award decision. The Public Contracts Regulations 2015 (as amended) provide remedies under statute for aggrieved parties.