Section one: Contracting authority
one.1) Name and addresses
Oxford University Hospitals NHS Trust
Chief Executive's Office,Level 3, John Radcliffe Hospital, Headley Way, Headington
Oxford
OX3 9DU
Contact
Lucy Barker
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Aseptic Services to provide Parenteral Nutrition, Biologicals and Chemotherapy products.
Reference number
C104601
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The aseptic service provider will be required to prepare and deliver drugs and associated services within a sterile environment by microbiologists, pharmacists and pharmacy technicians who make up the bespoke patient doses from base drugs.
The supplier will be expected to provide the service from a fully staffed MHRA compliant manufacturing facility, within 30 minutes of the OX3 9DU postcode.
OUH may purchase the drugs directly, that will be ‘handled’ by the supplier, or instruct the supplier to purchase them on the Trusts behalf to then be rebated on a monthly basis to deliver the compound service.
The supplier will be required to manufacture named patient supply and batch supplies of Parenteral Nutrition, Biologicals and Chemotherapy, Essentially, the supplier will receive raw materials (un-compounded drugs) and process them into tangible products as per the Trusts requirements.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85149000 - Pharmacy services
- 33600000 - Pharmaceutical products
- 85149000 - Pharmacy services
- 33616000 - Vitamins
- 33140000 - Medical consumables
- 33617000 - Mineral supplements
- 33692200 - Parenteral nutrition products
- 33692300 - Enteral feeds
- 33692700 - Glucose solutions
- 15880000 - Special nutritional products
- 33692500 - Injectable solutions
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxford University Hospitals NHS Trust
John Radcliffe Hospital, Headley Way, Headington
Oxford OX3 9DU
two.2.4) Description of the procurement
Oxford University Hospitals NHS Foundation Trust (OUH) is seeking an Aseptic Service Provider to manufacture, prepare, and deliver drugs and associated services.
The supplier will be expected to provide the service from a fully staffed, Sterile MHRA compliant manufacturing facility, using qualified microbiologists, pharmacists and pharmacy technicians who manufacture the bespoke patient doses from base drugs.
Daily deliveries of ‘fresh product’ to the Trust’s sites will be required and sometimes several times a day, due to this the Trust will require the Aseptic Service Provider facility to be based within a 30-minute distribution location due to the expiry of certain drug doses.
The supplier will be required to manufacture named patient supply and batch supplies of Parenteral Nutrition, Biologicals and Chemotherapy. Essentially, the supplier will receive raw materials (un-compounded drugs) and process them into tangible products as per the Trusts’ requirements, with the current levels detailed below:
This will be for Adults, Paediatric and Neonatal patients.
Current annual volume of work is:
— 3 471 Adult standard TPN bags,
— 517 Adult standard TPN bags with tailored additions,
— 2 060 Adult bespoke TPN bags,
— 750 Paediatric TPN Bags as a mixture of batches of standard formulations and tailor-made bags named for patients,
— 4 584 Neonatal TPN bags as a mixture of: standard bags of the shelf, batches of standard formulations and tailored bags named for patients,
— 30 602 named patient cancer chemotherapeutic doses,
— 4 144 named patient mono-clonal antibodies,
OUH may purchase some of the drugs directly, that will be ‘handled’ by the supplier, or instruct the supplier to purchase them on the Trusts’ behalf to then be rebated monthly to deliver the compound service.
The contract will be awarded to the successful supplier for a term of 10 years
Additional CPV Codes;
33600000- Pharmaceutical products
33140000- Medical consumables
85149000 - Pharmacy services
33616000 - Vitamins
33617000- Mineral supplements
33692200- Parenteral nutrition products
33692300- Enteral feeds
3369250- Injectable solutions
33692700 - Glucose solutions
15880000 - Special nutritional products
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: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2025
End date
31 July 2035
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: 1
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates: The Trust reserves the right to gradually reduce the number of solutions to be discussed or tenders to be dialogued during the process
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.2.14) Additional information
Suppliers must use the project reference C104601 in all correspondence. Suppliers must follow the instructions fully. Suppliers are responsible for their own tender costs.
The Authority will not be responsible for any such costs, or any costs if the procurement is abandoned and/or the contract is not awarded.
The agreement duration will be 120 months. The Authority does not bind itself to accept the lowest offer or any offer either in part, each item for this purpose being treated as separately.
The Authority will not accept completed SQs after the stated closing date.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
The Authority reserves the right to award the contract in whole, in part for different lots, or annul the tendering process and not award any contract.
All documents to be priced [where applicable] in sterling and all payments made in sterling.
In relation to Section II.1.9 above - variants will be accepted to the extent permitted in the ITPD.
The draft specification is available to bidders who access the procurement documents at SQ stage. The draft contract and procurement documents for additional stages will be issued to the bidders selected at SQ Stage.
Expressions of interest which are submitted without the information requested may not be considered.
The Authority reserves the right not to proceed with the process at any stage of the procurement process and shall not be responsible for any abortive bid costs incurred.
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
Evidence of professional qualifications and operating licences will be required before contract start.
Deposits and guarantees may be required as set out in the Invitation to Participate in Dialogue (ITPD) documents. The Contracting Authority reserves the right to request parent company and/or other guarantees of financial liability.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
Originally published as:
Date
5 August 2023
Changed to:
Date
9 August 2023
Local time
4:00pm
See the change notice.
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.4) Procedures for review
six.4.1) Review body
Oxford University Hospitals NHS Foundation Trust
Chief Executive's Office, Level 3, John Radcliffe Hospital, Headley Way, Headington
Oxford
OX39DU
Country
United Kingdom