Awarded contract

Framework Agreement for the Supply, etc. of Inventory Management Systems

  • NHS Commercial Solutions

F20: Modification notice

Notice reference: 2021/S 000-025414

Published 11 October 2021, 10:45pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Commercial Solutions

The Atrium. Curtis Road.

Dorking

Email

monjur.elahi@nhs.net

Telephone

+44 1306646816

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialsolutions-sec.nhs.uk/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Supply, etc. of Inventory Management Systems

Reference number

4425-2415

two.1.2) Main CPV code

  • 72263000 - Software implementation services

two.1.3) Type of contract

Services

two.2) Description

two.2.1) Title

Framework Agreement for the Supply, etc. of Inventory Management Systems

two.2.2) Additional CPV code(s)

  • 72263000 - Software implementation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement at the time of conclusion of the contract:

The NHS Collaborative Procurement Partnership (NHS CPP) comprises NHS North of England Commercial Procurement Collaborative, NHS London Procurement Partnership, NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub. NHS CPP has successfully delivered a number of projects, including the National Agency Nursing Agreement, the Total Orthopaedic Solutions (TOS) and Total Cardiology Solutions (TCS) Framework Agreements.

The intricacies of managing activity in contracts let under the TOS Framework Agreement, in particular, have identified the need, in a number of organisations, for a means of managing the flow of equipment and consumable stocks through the surgical process. To meet this need NHS Commercial Solutions, as lead organisation for NHS CPP, is procuring a Framework Agreement for the provision of commercial, ‘off-the-shelf’, vendor-neutral inventory management systems to which a number of suppliers will be appointed.

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

Duration in months

48

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 four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2017/S 090-177096


Section five. Award of contract/concession

Contract No

4425-2415

Title

Framework Agreement for the Supply, etc. of Inventory Management Systems

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

1 October 2017

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

All Providers as before

Various

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

All Providers as before

Various

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £100,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

The Atrium, Curtis Road

Dorking

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 48430000 - Inventory management software package

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom

seven.1.4) Description of the procurement:

The NHS Collaborative Procurement Partnership (NHS CPP) comprises NHS North of England Commercial Procurement Collaborative, NHS London Procurement Partnership, NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub. NHS CPP has successfully delivered a number of projects, including the National Agency Nursing Agreement, the Total Orthopaedic Solutions (TOS) and Total Cardiology Solutions (TCS) Framework Agreements.

The intricacies of managing activity in contracts let under the TOS Framework Agreement, in particular, have identified the need, in a number of organisations, for a means of managing the flow of equipment and consumable stocks through the surgical process. To meet this need NHS Commercial Solutions, as lead organisation for NHS CPP, is procuring a Framework Agreement for the provision of commercial, ‘off-the-shelf’, vendor-neutral inventory management systems to which a number of suppliers are appointed.

This notice is a modification to a Contract in accordance with Article of Directive 2014/24/EU Art 72 for audit and business audit consultancy services. This is a 12 month extension to the existing contract awarded for audit and business audit consultancy support services, for publicly funded (in whole or in part) entities in the UK as identified within the original advertisement.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£100,000,000

seven.1.7) Name and address of the contractor/concessionaire

All Providers as originally awarded

Various

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

All Providers as originally awarded

Various Towns

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Due to unforeseen circumstances two key members of the procurement team required unplanned rehabilitation following COVID infection and surgery. This staff shortage impacts on the ability of the Authority's procurement team to complete contract renewals within the existing programme of contract renewal work. This 12-month extension supports the Authority in managing existing and future Contracting Activity.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Due to unforeseen circumstances two key members of the procurement team required unplanned rehabilitation following COVID infection and surgery. This staff shortage impacts on the ability of the Authority's procurement team to complete contract renewals within the existing programme of contract renewal work. This 12-month extension supports the Authority in managing existing and future Contracting Activity.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £100,000,000

Total contract value after the modifications

Value excluding VAT: £100,000,000