NHS Supply Chain Future Operating Model – Logistics Services
Management of supply chain operations servicing the National Health Service (‘NHS’) Providers and NHS users with medical and non medical products.
United Kingdom-Newcastle upon Tyne: Storage and warehousing services
2017/S 164-338174
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Stella House, Goldcrest Way, Newburn Riverside Business Park
Newcastle upon Tyne
NE15 8NY
United Kingdom
E-mail: fom.logistics@dh.gsi.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NHS Supply Chain Future Operating Model — Logistics Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Management of supply chain operations servicing the National Health Service (‘NHS’) Providers and NHS users with medical and non medical products. This will involve the operational logistics management of the existing NHS Supply Chain estate, additional in-bound logistics and inter-depot trunking services and supporting supply chain network expansion.
In addition, this procurement will include Home Delivery Services within the scope of the Future Operating Model for NHS procurement, supply chain and logistics services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warehousing Sites are located in Alfreton / Normanton / Rugby / Bridgewater / Runcorn / Maidstone / Bury St Edmunds and the Customer Services located at Sherwood Business Park, Nottingham.
II.2.4)Description of the procurement:
The procurement is to provide the following services:
— Management of existing logistics services including transport, inventory management and site facilities at the named sites in II.2.3) as the principal leaseholder.
— Provision of an in-bound logistics and inter-depot trunking service at a site to be determined by the successful bidder in consultation with the Authority.
— Support for expansion of logistics services to meet projected demand increases (details regarding current volumes and projections will be available within the data room).
— Provision for home and community delivery services for continence products and potentially other products on behalf of the Authority; to residential homes, care homes, domestic premises and any NHS-funded providers of community health care services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There will be conditions requiring the renewal (in certain circumstances) of, and options to renew the Contract after 36 and 48 months based on performance and business need.
The contract duration specified in II.2.7) includes the potential 2 12-month extensions but does not include the transition period at the beginning of the Contract.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Refer to procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Department of Health, London England via its e-sourcing portal.
Department of Health Procurement Officer/Moderator for the procurement.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracts resulting from this procurement will be executed by the NHS Business Services Authority (‘the Authority’). This procurement is being run by the Secretary of State for Health on behalf of the Authority.
The cost estimates provided in Sections II.1.5) and II.2.6) represent the maximum sum available based on performance across a sixty (60) month contract term including both potential twelve (12) month extensions.
The Authority is publishing the ITT and the draft contract through its e-Sourcing Portal with this notice.
Any questions regarding this notice must be sent to the Authority using the Clarification Question SubmissionTemplate provided within the ITT and sent to fom.logistics@dh.gsi.gov.uk All questions must be received by the deadline for receipt of clarifications as stated in the ITT. Responses to non-commercially sensitive questions will be shared by the Authority to potential providers using the Authority’s e-Sourcing Portal.
This procurement exercise will be completed via the Department of Health’s e-Sourcing Portal. Potential providers should visit https://www.gov.uk/government/organisations/department-of-health/about/procurement
to register on the e-Sourcing Portal and download instructions on how to respond to this opportunity. The e-Sourcing Portal will contain the ITT and all the procurement documentation to download. Operational and financial details in relation to this procurement can be accessed via a secure data room. Please follow instructions provided within the ITT.
All final responses must be submitted using the e-Sourcing Portal. The e-Sourcing Portal reference number for this exercise is ITT60469. If you require assistance, please contact the Supplier Help-desk on +44 1132545777 or supplier.helpdesk@dh.gsi.gov.ukThis help-desk is available from 10:00 to 16:00, Monday to Friday excluding Bank Holidays.
Please note that the contract duration specified in II.2.7) includes both of the potential 12 month extensions, but does not include the implementation period.
The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract(s) by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the ITT (including any part of it) by amendments in writing, including extending the deadline for receipt of tender responses.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
In accordance with the Government’s policies on transparency, potential providers should note that the Authority intends to publish the ITT suite of documents on Contacts Finder.
The Authority also intends to publish any contract awarded, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency
The costs of responding to the ITT and participation in the procurement will be borne by each applicant.
VI.4.1)Review body
79 Whitehall
London
SW1A 2NS
United Kingdom
E-mail: fom.logistics@dh.gsi.gov.uk
VI.4.3)Review procedure
The Authority will incorporate a standstill period at the point information about the actual award of the contract is communicated to tenderers.
That notification will provide information on the award decision. The standstill period, which will be for a minimum of Ten (10) calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) provide remedies under statute for aggrieved parties.
VI.4.4)Service from which information about the review procedure may be obtained
79 Whitehall
London
SW1A 2NS
United Kingdom
E-mail: fom.logistics@dh.gsi.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Removal and Storage Contract London
Contract is for a Fine Art Storage Supplier
Regional Offsite Storage for the Police
Tender for Long Term Secure Storage of Paper Records
Contract for Archiving and Scanning of Medical Records