Opportunity

Pharmacy Robots, Inventory Management Systems, Assets, and Associated Services

  • Surrey And Borders Partnership Nhs Foundation Trust on behalf of NHS Commercial Soultions

F02: Contract notice

Notice reference: 2021/S 000-028749

Published 17 November 2021, 6:44pm



Section one: Contracting authority

one.1) Name and addresses

Surrey And Borders Partnership Nhs Foundation Trust on behalf of NHS Commercial Soultions

Third Floor, Leatherhead House, Station Road, Leatherhead, Surrey

LEATHERHEAD

KT22 7FG

Contact

Monjur Elahi

Email

monjur.elahi@nhs.net

Telephone

+44 1306646820

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://commercialsolutions.bravosolution.co.uk/

Buyer's address

https://commercialsolutions.bravosolution.co.uk/

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://commercialsolutions.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://commercialsolutions.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

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

Pharmacy Robots, Inventory Management Systems, Assets, and Associated Services

Reference number

5103-4466

two.1.2) Main CPV code

  • 48400000 - Business transaction and personal business software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

i. Lot 1: An inventory management system (IMS) should provide the Client with visibility of the inventory as it enters, moves around the site and is used by the Client, to maintain agile stock levels, i.e., a balance of inventory that allows the hospital to operate at its most efficient whilst mitigating risk to services, flexing par levels to meet seasonal and demographic trends.

ii. Lot 2: Medical Equipment Database- The system will allow tracking and management of a medical device during its lifespan. Ideally a Medical equipment database software will have the ability to deliver a wealth of data in a continuous feedback loop which can then be used for equipment optimisation and performance improvement.

iii. Lot 3: Asset tracking and Management System - The system will allow tracking and management of any assets belonging to an organisation It will provide real-time location and keep track of inventory that is helpful in minimizing inventory theft, inventory misplacement which means the inventory is updated all the time.

iv. Lot 4: Pharmacy Robots - Pharmacy robots automate the management and distribution process of pharmaceutical items to be dispensed in a more efficient manner in a pharmacy environment. The Robot will automate medication dispensing, sorting, packaging, and retrieval.

v. Lot 5: Records and Storage Management System -The service providers under this lots will offer both physical and digital Records and Storage Management System.

vi. Lot 6: Bespoke Services - could be a combination of the services from Lot 1, 2 3, 4, 5 and associated services for hosting/facilitating these services.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

i. Lot 1: An inventory management system (IMS)

Lot No

1

two.2.2) Additional CPV code(s)

  • 48420000 - Facilities management software package and software package suite
  • 48430000 - Inventory management software package
  • 48460000 - Analytical, scientific, mathematical or forecasting software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

should provide the Client with visibility of the inventory as it enters, moves around the site and is used by the Client, to maintain agile stock levels, i.e., a balance of inventory that allows the hospital to operate at its most efficient whilst mitigating risk to services, flexing par levels to meet seasonal and demographic trends.

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: £35,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2: Medical Equipment Database

Lot No

2

two.2.2) Additional CPV code(s)

  • 48420000 - Facilities management software package and software package suite
  • 48430000 - Inventory management software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The system will allow tracking and management of a medical device during its lifespan. Ideally a Medical equipment database software will have the ability to deliver a wealth of data in a continuous feedback loop which can then be used for equipment optimisation and performance improvement.

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: £30,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3: Asset tracking and Management System

Lot No

3

two.2.2) Additional CPV code(s)

  • 48420000 - Facilities management software package and software package suite
  • 48430000 - Inventory management software package
  • 48440000 - Financial analysis and accounting software package
  • 48460000 - Analytical, scientific, mathematical or forecasting software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The system will allow tracking and management of any assets belonging to an organisation It will provide real-time location and keep track of inventory that is helpful in minimizing inventory theft, inventory misplacement which means the inventory is updated all the time.

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: £35,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2) Description

two.2.1) Title

Lot 4: Pharmacy Robots

Lot No

4

two.2.2) Additional CPV code(s)

  • 48420000 - Facilities management software package and software package suite
  • 48430000 - Inventory management software package
  • 48460000 - Analytical, scientific, mathematical or forecasting software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 72300000 - Data services
  • 72500000 - Computer-related services
  • 72700000 - Computer network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Pharmacy robots automate the management and distribution process of pharmaceutical items to be dispensed in a more efficient manner in a pharmacy environment. The Robot will automate medication dispensing, sorting, packaging, and retrieval.

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: £45,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 5: Records and Storage Management System

Lot No

5

two.2.2) Additional CPV code(s)

  • 48160000 - Library software package
  • 48328000 - Image-processing software package
  • 48329000 - Imaging and archiving system
  • 48331000 - Project management software package
  • 48332000 - Scheduling software package
  • 48333000 - Contact management software package
  • 48420000 - Facilities management software package and software package suite
  • 48430000 - Inventory management software package
  • 48600000 - Database and operating software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The service providers under this lots will offer both physical and digital Records and Storage Management System.

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: £35,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 6: Bespoke Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48400000 - Business transaction and personal business software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

could be a combination of the services from Lot 1, 2 3, 4, 5 and associated services for hosting/facilitating these services.

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: £20,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


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 specified in the tender documents

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.2.2) Contract performance conditions

Subject to approval from the Contracting Authority, the following Contracting Authorities are entitled to place Orders:

All NHS and Public Sector organisations within the UK (each a "Contracting Authority"). And

The public sector bodies to whom the framework agreement will be open include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs

Organisations providing public goods and governmental services funded by the local or central Govt or both, such as the military, Law enforcement, infrastructure (public roads, bridges, tunnels, water supply, sewers, electrical grids, telecommunications, etc.), public transit, public education, along with health care and those working for the government itself, such as elected officials.

The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

AreaTeamshttps://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities:

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm's Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

https://www.england.nhs.uk/stps/view-stps

NHS England: https://www.england.nhs.uk/

Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services: a) who are a party to any of the following contracts: - General Medical Services (GMS) - Personal Medical Services (PMS) - Alternative Provider Medical Services (APMS) and/or b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

(See http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx)

For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Participating Authorities for the purposes of this Framework Agreement.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

16 December 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please log on to https://commercialsolutions.bravosolution.co.uk/ using your existing log on credential or by creating a new log on.

Register your interest for PQQ_1099

A detailed guidance are provided once you have logged on.

six.4) Procedures for review

six.4.1) Review body

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

Leatherhead

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision.

The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).