Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Guy Jennings
nneka.forrester1@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
10881715
Internet address(es)
Main address
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
NHS Supply Chain Logistics Service Provider
Reference number
Project_1135
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Supply Chain manage the sourcing, delivery and supply of healthcare products, services and food for NHS trusts and healthcare organisations across England and Wales. In 2018, SCCL (the management function of the NHS Supply Chain) entered contracts with 11 Category Management Service Providers (CMSPs) to provide goods and services to NHS trusts and healthcare organisations across England and Wales. Goods are delivered through two enabling services which underpin the CMSP model, these enabling services are Logistics and Fulfilment, and Supporting Technology.
NHS Supply Chain currently manages more than 8 million orders per year, across 94,000 order points and 17,465 locations and delivers over 28 million lines of picked goods to the NHS annually. Its systems consolidate orders from over 930 suppliers, saving trusts time and money by removing duplication of overlapping contracts.
As part of the future Operating Model of the NHS Supply Chain, the Authority is seeking to award a contract for the provision of a Logistics Service Provider.
A copy of the Procurement Documentation, including the Descriptive Document, can be obtained from the eProcurement Portal as described within this Contract Notice.
The contract will be for a term of Eighty-Four months (excluding an anticipated five-month initial implementation period). In addition, the contract provides for a potential extension of up to Thirty-Six months, together with a termination assistance period of Twelve months, with the possibility of extension of the termination assistance period to up to Eighteen months. The maximum potential total period of the contract (including the implementation period) is therefore One Hundred and Forty-Three months (i.e., 11 years and 11 months).
The Authority intends to enter into contractual arrangements under which it will be entitled to appoint a Logistics Service Provider to operate on behalf of NHS Supply Chain. Under this contractual agreement, the Logistics Service Provider will supply the services that are critical for the delivery of NHS Supply Chain goods procured under the CMSP frameworks which are available to 1) any NHS Trust; 2) any other NHS entity or healthcare provider (including private organisations, primary care, community settings, doctors premises, other clinical facilities and social care); 3) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic Planning Programmes), 4) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above and/or 5) any private residence.
Supply Chain Coordination Limited is seeking a Logistics Service Provider to manage:
Warehousing at Dedicated Sites
Dedicated Fleet and Transport Operations
Inbound Logistics & Transhipment (currently a subcontracted service)
Inventory Management
Carriers and Sub-contracted Transport
Operational Finance and internal audit services
Customer Services
Systems and applications including the implementation of a Warehouse Management System (WMS)
Facilities Management Services
International Inbound Freight Services
A comprehensive description of the services is set out in suite of Procurement Documentation - please see ISIT Document 3, Annex 3B (Service Description).
two.1.5) Estimated total value
Value excluding VAT: £4,400,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42965100 - Warehouse management system
- 66122000 - Corporate finance and venture capital services
- 72222300 - Information technology services
- 79993100 - Facilities management services
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
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: £4,400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
143
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Further details on the scope of future requirements are set out in the procurement documents.
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
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
Minimum level(s) of standards possibly required
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 liabilities.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 August 2023
Local time
12:00pm
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)
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 contract value 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, through an Eighty-Four month contract term (plus an initial implementation period of up to Five months, a potential extension to the term of up to Thirty-Six months. The estimated contract value does not include any termination assistance required by the Authority.
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_1135. 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.
six.4) Procedures for review
six.4.1) Review body
NHS England
Wellington House,133-155 Waterloo Rd,
London
SE1 8UG
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.