Tender

Framework for the Provision of Parenteral Systemic Anti-Cancer Therapies and Other Biologicals Including Immunotherapies

  • University Hospitals of Derby and Burton NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-025196

Procurement identifier (OCID): ocds-h6vhtk-048954

Published 9 August 2024, 11:38am



Section one: Contracting authority

one.1) Name and addresses

University Hospitals of Derby and Burton NHS Foundation Trust

Royal Derby Hospital, Uttoxeter Road 

Derby

DE22 3NE

Contact

Jane Brailsford

Email

jane.brailsford1@nhs.net

Country

United Kingdom

Region code

UKF11 - Derby

Internet address(es)

Main address

https://www.uhdb.nhs.uk

Buyer's address

https://www.uhdb.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

Framework for the Provision of Parenteral Systemic Anti-Cancer Therapies and Other Biologicals Including Immunotherapies

Reference number

Atamis Ref: C300552 - Tender Ref D95

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework agreement is for the provision of Parenteral Systemic Anti-Cancer Therapies and Other Biologicals Including Immunotherapies initially for patients of East Midlands Pharmacy Collaborative (EMPC) Member Trusts referred to henceforth as the ‘Service’ to Participating Purchasing Authorities

two.1.5) Estimated total value

Value excluding VAT: £2,760,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

Member Trusts of the East Midlands Pharmacy Collaborative - EAST MIDLANDS

two.2.4) Description of the procurement

This Tender will review the use of Parenteral Chemotherapy (plus associated therapies) and for Parenteral Biologics Inc. Immunotherapies within the East Midlands and look to provide a cost/service improvement through an Open Tender process. This contract outlines the provision of a dispensing/compounding and delivery service to patients’ homes for Parenteral Chemotherapy plus associated treatments and for Parenteral Biologics plus nursing support where required, for administration for all products.
The Supplier must provide a comprehensive Homecare service for provision of Parenteral Chemotherapy plus associated treatments and for Parenteral Biologics Inc. Immunotherapies for the member Purchasing Authority’s in accordance with the agreed contract and legal requirements which comprises:
(i) Compounding, dispensing, delivery and administration of Parenteral Chemotherapy plus associated supportive medicines and for Parenteral Biologics in a syringe or infusion bag or administration device (approved by an individual Purchasing Authority or collectively via all participating Purchasing Authority’s) with provision of a nurse to administer all doses.
(ii) Pharma Funded schemes, where covered by the general service descriptor, will fall under this tender for the service element until such time a Nationally Agreed service specification for Pharma schemes is approved and adopted by both Pharma and the NHS.
(iii) Unlicensed Imported medicines are subject to a locally signed technical agreement for the provision of the product and the provision of such products are not covered by this tender.
(iv) For unlicensed medicines, the Purchasing Authority will stipulate the specific brand and product details to the Supplier.
(v) Notwithstanding the above point regarding unlicensed imported medicines, where the Purchasing Authority chooses to use such product, the service element of this contract and all obligations around provision of that service are specifically covered in this specification and should be included in any resulting agreement.

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: £2,760,000

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

Start date

1 May 2025

End date

30 April 2027

This contract is subject to renewal

Yes

Description of renewals

At the discretion of the Contracting Authority and the Supplier/s

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

This Framework agreement may extend to all National Health Service (NHS) bodies in England, including but not limited to:
The Purchasing Collaborative Organisations that are listed under The Specialist Pharmacy Service may participate in this Framework during the Contract period. Please see the current list at: https://www.sps.nhs.uk/articles/collaborative-purchasing-organisations/
(https://www.sps.nhs.uk/articles/collaborative-purchasing-organisations/)
NHS Provider Directory: https://www.england.nhs.uk/publication/nhs-provider-directory/
(https://www.england.nhs.uk/publication/nhs-provider-directory/) NHS Foundation Trusts at:
https://www.england.nhs.uk/wp-
content/uploads/2019/04/Public_Registry_FT_directory_190403.xls

The value of this Framework may increase during the 4 year period depending on Contract take up by the members listed in this Contract Notice


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 per the Invitation to Tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per the Invitation to Tender documents

Minimum level(s) of standards possibly required

As per the Invitation to Tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per the Invitation to Tender documents

Minimum level(s) of standards possibly required

As per the Invitation to Tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per the Invitation to Tender 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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 October 2024

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

four.2.7) Conditions for opening of tenders

Date

14 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

This Framework agreement may extend to all National Health Service (NHS) bodies in England, including but not limited to:
The Purchasing Collaborative Organisations that are listed under The Specialist Pharmacy Service may participate in this Framework during the Contract period. Please see the current list at: https://www.sps.nhs.uk/articles/collaborative-purchasing-organisations/
(https://www.sps.nhs.uk/articles/collaborative-purchasing-organisations/)
NHS Provider Directory: https://www.england.nhs.uk/publication/nhs-provider-directory/ (https://www.england.nhs.uk/publication/nhs-provider-directory/) NHS Foundation Trusts at:
https://www.england.nhs.uk/wpcontent/uploads/2019/04/Public_Registry_FT_directory_190403.xls

six.4) Procedures for review

six.4.1) Review body

East Midlands Pharmacy Collaborative

London Road

Derby

DE1 2QY

Country

United Kingdom

Internet address

https://www.uhdb.nhs.uk/contact-us-florence-nightingale-community-hospital/

six.4.2) Body responsible for mediation procedures

East Midlands Pharmacy Collaborative

London Road

Derby

DE1 2QY

Country

United Kingdom

Internet address

https://www.uhdb.nhs.uk/contact-us-florence-nightingale-community-hospital/