Awarded contract

Category Management Service Provider Contracts for NHS Supply Chain

  • Supply Chain Coordination Limited

F03: Contract award notice

Notice reference: 2023/S 000-016428

Published 9 June 2023, 1:48pm



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

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

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

www.foodbuy.co.uk

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

https://www.noecpc.nhs.uk/

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.