Section one: Contracting authority
one.1) Name and addresses
Supply Chain Coordination Limited
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Nneka Forrester
SCCLProcurement@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
10881715
Internet address(es)
Main address
Buyer's address
https://nhssupplychain.app.jaggaer.com/web/login.html
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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_1089 (Procurement commenced under 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 sought to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement was 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)
During the procurement, Lots 1 and 2 were abandoned, and Lots 3 and 4 continued through to award of contract.
In accordance with Regulation 55(1)(b) of the Public Contracts Regulations 2015, the Authority advises that it did not conclude the procurement procedure for Lots 1 and 2. The procurement commenced on 11/04/2022 under Contract Notice reference 2022/S 000-009671, the decision in respect of Lot 1 and 2 was based on value for money and organisational strategy considerations. The Authority determined that it will transition the services covered by Lots 1 and 2 of the Procurement to an internal delivery model. The Authority considered that insourcing these services will better achieve the objectives of the target operating model.
The Authority will therefore not be awarding any contract for Lot 1 or Lot 2 pursuant to this procurement.
As outlined above, the procurement in respect of Lots 3 and 4 continued, and the Authority has awarded contracts for Lots 3 and 4 as outlined within this award 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.
Under the contractual arrangements, the Authority appoints Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under the contractual agreements, 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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £53,500,000
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
Lot 1 of this procurement has been abandoned and there will be no award for this Lot.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
Extension option of up to twenty-four 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) 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
Lot 2 of this procurement has been abandoned and there will be no award for this Lot.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
Extension option of up to twenty-four 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) 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
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
Quality criterion - Name: Quality Criteria/Customer Relationships / Weighting: 4.2%
Quality criterion - Name: Quality Criteria/Supplier Relationship Management / Weighting: 6.0%
Quality criterion - Name: Quality Criteria/Research & Innovation / Weighting: 3.0%
Quality criterion - Name: Quality Criteria/Category Strategy - Methodology / Weighting: 9.0%
Quality criterion - Name: Quality Criteria/Sourcing Strategy - Market & Opportunity / Weighting: 9.0%
Quality criterion - Name: Quality Criteria/Governance, Risk Management & Compliance / Weighting: 2.4%
Quality criterion - Name: Quality Criteria/Mobilisation / Weighting: 4.8%
Quality criterion - Name: Quality Criteria/Resourcing Skills & Experience / Weighting: 4.8%
Quality criterion - Name: Quality Criteria/Standard Savings / Weighting: 4.8%
Quality criterion - Name: Quality Criteria/Value Based Procurement / Weighting: 4.8%
Cost criterion - Name: Quality Criteria/Added Value / Weighting: 4.8%
Cost criterion - Name: Quality Criteria/Data Management & Information Security / Weighting: 2.4%
Cost criterion - Name: Social Value/Tackle Workforce Inequality / Weighting: 3.0%
Cost criterion - Name: Social Value/Supporting In-Work Progression / Weighting: 3.0%
Cost criterion - Name: Social Value/Improve Health & Wellbeing / Weighting: 4.0%
Cost criterion - Name: Cost Criteria/Target Savings & Budget Costs / Weighting: 30.0%
two.2.11) Information about options
Options: Yes
Description of options
Extension option of up to twenty-four 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) 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
Quality criterion - Name: Quality Criteria/Customer Relationships / Weighting: 4.2%
Quality criterion - Name: Quality Criteria/Supplier Relationship Management / Weighting: 6.0%
Quality criterion - Name: Quality Criteria/Research & Innovation / Weighting: 3.0%
Quality criterion - Name: Quality Criteria/Category Strategy - Methodology / Weighting: 9.0%
Quality criterion - Name: Quality Criteria/Sourcing Strategy - Market & Opportunity / Weighting: 9.0%
Quality criterion - Name: Quality Criteria/Governance, Risk Management & Compliance / Weighting: 2.4%
Quality criterion - Name: Quality Criteria/Mobilisation / Weighting: 4.8%
Quality criterion - Name: Quality Criteria/Resourcing Skills & Experience / Weighting: 4.8%
Quality criterion - Name: Quality Criteria/Standard Savings / Weighting: 4.8%
Quality criterion - Name: Quality Criteria/Value Based Procurement / Weighting: 4.8%
Cost criterion - Name: Quality Criteria/Added Value / Weighting: 4.8%
Cost criterion - Name: Quality Criteria/Data Management & Information Security / Weighting: 2.4%
Cost criterion - Name: Social Value/Tackle Workforce Inequality / Weighting: 3.0%
Cost criterion - Name: Social Value/Supporting In-Work Progression / Weighting: 3.0%
Cost criterion - Name: Social Value/Improve Health & Wellbeing / Weighting: 4.0%
Cost criterion - Name: Cost Criteria/Target Savings & Budget Costs / Weighting: 30.0%
two.2.11) Information about options
Options: Yes
Description of options
Extension option of up to twenty-four 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2022/S 000-009671
Section five. Award of contract
Contract No
N/A
Lot No
1
Title
Medical Consumables - Surgical Consumables and Infection Control
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section five. Award of contract
Contract No
N/A
Lot No
2
Title
Medical Consumables - Rehabilitation and Community
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section five. Award of contract
Contract No
1
Lot No
3
Title
Non-Medical - Food
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Foodbuy Europe Limited
Parklands Court 24 Parklands, Rubery
BIrmingham
B45 9PZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03952997
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £29,000,000
Total value of the contract/lot: £29,000,000
Section five. Award of contract
Contract No
2
Lot No
4
Title
Non-Medical - Facilities (including Office Solutions)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 May 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NHS North of England Commercial Procurement Collaborative, a department of Leeds and York Partnership NHS Foundation Trust
2150 Century Way, Thorpe Park, Leeds, West Yorkshire
Leeds
LS15 8ZB
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £24,500,000
Total value of the contract/lot: £24,500,000
Section six. Complementary information
six.3) Additional information
As part of the future Target Operating Model of NHS Supply Chain, the Authority sought to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement was 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)
During the procurement, Lots 1 and 2 were abandoned, and Lots 3 and 4 continued through to award of contract.
In accordance with Regulation 55(1)(b) of the Public Contracts Regulations 2015, the Authority advises that it did not conclude the procurement procedure for Lots 1 and 2. The procurement commenced on 11/04/2022 under Contract Notice reference 2022/S 000-009671, the decision in respect of Lot 1 and 2 was based on value for money and organisational strategy considerations. The Authority determined that it will transition the services covered by Lots 1 and 2 of the Procurement to an internal delivery model. The Authority considered that insourcing these services will better achieve the objectives of the target operating model.
The Authority will therefore not be awarding any contract for Lot 1 or Lot 2 pursuant to this procurement.
As outlined above, the procurement in respect of Lots 3 and 4 continued, and the Authority has awarded contracts for Lots 3 and 4 as outlined within this award notice.
six.4) Procedures for review
six.4.1) Review body
NHS England
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS England
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority incorporated a standstill period at the point information about the actual award of the contract was communicated to tenderers.
That notification provided information on the award decision. The standstill period, which was for a minimum of Ten (10) calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide remedies under statute for aggrieved parties. The standstill period is now complete for Lot 3 and 4.