Opportunity

Framework Agreement for the Transport of Medicines from NHS Hospitals to Patients

  • NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)

F02: Contract notice

Notice reference: 2021/S 000-016488

Published 14 July 2021, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)

200 Great Dover Street

London

SE1 4YB

Contact

Tracy McMillan

Email

Tracy.McMillan@lpp.nhs.uk

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

https://www.lpp.nhs.uk/

Buyer's address

https://www.lpp.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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Transport of Medicines from NHS Hospitals to Patients

Reference number

LPP/2021/003

two.1.2) Main CPV code

  • 64120000 - Courier services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS London Procurement Partnership (NHS LPP) (hosted by Guy's and St Thomas' NHS Foundation Trust) are procuring a Framework Agreement for the provision of medicine courier services from London NHS Trusts for delivery direct to Patients. The Framework will be split into three Lots:(1) Standard Medicine Courier Services(2) Medicine Courier Services requiring MHRA Wholesale Dealers License WDA(H)(3) Medicine Courier Services requiring MHRA Wholesale Dealers License WDA(H) & Home Office License to transport Controlled Drugs (CDs)Call-Off Contracts can be awarded by Participating Authorities by either Direct Award or Further Competition (details included in tender pack)LPP Contract Reference: LPP/2021/003

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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 Standard Medicine Courier Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 64120000 - Courier services
  • 60161000 - Parcel transport services
  • 64121200 - Parcel delivery services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 includes the provision of standard courier services for consignments of medicine goods. Suppliers should demonstrate an awareness of the principles of Good Distribution Practices (GDP) of medicines. Services under this lot are restricted to: a. Medicines which can be stored between 15-25C b. Delivery must be made to the patient in the same day

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two year initial term with the option to extend for a further 24 months over one or more terms. Framework will not exceed 48 months in duration.

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

two.2) Description

two.2.1) Title

Lot 2 Medicine Courier Services requiring MHRA Wholesale Dealers License

Lot No

2

two.2.2) Additional CPV code(s)

  • 64120000 - Courier services
  • 64121200 - Parcel delivery services
  • 60161000 - Parcel transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Procurement for the provision of courier services who hold and maintain a valid WDA(H) License which is issued by the MHRA and allows the holder to store medicines in compliance with regulatory requirements.Consignments transported within this lot requires strict environmental monitoring including ambient (15-25C) and Cold Chain (2-8C). Consignments can also include cytotoxic and other hazardous medicines.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 years initial term with an option to extend for a further 24 months over one or more term. Framework will not exceed 48 months in duration.

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

two.2) Description

two.2.1) Title

Lot 3 Medicine Courier Services Requiring MHRA WDA & Home Office License (CDs)

Lot No

3

two.2.2) Additional CPV code(s)

  • 64120000 - Courier services
  • 64121200 - Parcel delivery services
  • 60161000 - Parcel transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Procurement for the provision of medicine courier services with Suppliers holding a valid MHRA Wholesale Dealers WDA(H) License and Home Office License to deliver Controlled Drugs (CDs) as defined by the Misuse of Drugs Act 1971. Consignments must be transported in compliance with Good Distribution Practice requirements. Consignments require strict environmental monitoring including ambient (15-25C) and Cold Chain (2-8C). Consignments can also include cytotoxic and other hazardous medicines.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 year initial terms with the option to extend for up to a further 24 months over one or more terms. Framework will not exceed 48 months in duration.

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

Lot 2 - Supplier must hold a valid MHRA (Medicines & Healthcare products Regulatory Agency) Wholesale Dealer License WDA(H) to provide services under Lot 2 of this Framework Agreement.Lot 3 - Suppliers must hold both a MHRA Wholesale Dealers License WDA(H) License and Home Office License for the transport of Controlled Drugs to provide services under Lot 3 of this Framework Agreement.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

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

13 August 2021

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

four.2.7) Conditions for opening of tenders

Date

14 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This Framework Agreement can be accessed via agreement by NHS LPP and shall include the organisations listed within Document Appendix B6 (available in the tender pack) and their respective successors and/or organisations created as a result of structural re-organisation or organisational changes (including the evolution of Sustainability Transformation Partnerships (STPs), Integrated Care Systems (ICS) and Wholly Owned Subsidiary Companies). An electronic list of Participating Authorities can be found online at the following web address: https://www.england.nhs.uk/london/ccg-trust/

six.4) Procedures for review

six.4.1) Review body

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

Country

United Kingdom

Internet address

https://www.guysandstthomas.nhs.uk

six.4.2) Body responsible for mediation procedures

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

Country

United Kingdom

Internet address

https://www.guysandstthomas.nhs.uk