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
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).