Tender

Aseptic Services to provide Parenteral Nutrition, Biologicals and Chemotherapy products.

  • Oxford University Hospitals NHS Trust

F02: Contract notice

Notice identifier: 2023/S 000-019618

Procurement identifier (OCID): ocds-h6vhtk-03e038

Published 10 July 2023, 12:57pm



The closing date and time has been changed to:

9 August 2023, 4:00pm

See the change notice.

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

Email

lucy.barker@ouh.nhs.uk

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Internet address(es)

Main address

https://www.ouh.nhs.uk/

Buyer's address

https://www.ouh.nhs.uk/

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

Internet address

https://www.ouh.nhs.uk/