Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NHS Supply Chain Future Operating Model — Category Towers Procurement Services.

  • First published: 24 December 2016
  • Last modified: 24 December 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Shared Business Services Ltd (NHS SBS)
Authority ID:
AA0106
Publication date:
24 December 2016
Deadline date:
06 February 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Please refer to the ITC suite of documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Business Services Authority (the ‘Authority’) which is represented in the Procurement by the Secretary of State for Health

Stella House, Goldcrest Way, Newburn Riverside Business Park

Newcastle upon Tyne

NE15 8NY

UK

Contact person: Claire Oladipo

E-mail: categorytowers@dh.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.nhsbsa.nhs.uk/

Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.gov.uk/government/organisations/department-of-health/about/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.gov.uk/government/organisations/department-of-health/about/procurement


Tenders or requests to participate must be sent to the abovementioned 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://www.gov.uk/government/organisations/department-of-health/about/procurement


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHS Supply Chain Future Operating Model — Category Towers Procurement Services.

Reference number: EOI 60349

II.1.2) Main CPV code

79418000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A current contract between the Authority and its incumbent provider (which trades as ‘NHS Supply Chain’) relating to the procurement and supply chain of goods in the NHS is due to expire on 30 September 2018. As part of the Future Operating Model the Authority is seeking to award ten (10) contracts for the provision of procurement services for each of the defined Category Towers. The procurement for these contracts will be conducted in two (2) Tranches, as detailed in the Invitation to Compete (‘ITC’), a copy of which can be obtained from the e-Sourcing Portal as described below or the Government Contracts Finder.

Each contract will be for an initial thirty six month (36) period (excluding the implementation period) and may be extended for up to two additional twelve (12) month periods, subject to meeting the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty (60) months.

II.1.5) Estimated total value

Value excluding VAT: 190 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

As per Regulation 46(4), the Authority is including a limitation on the number of Lots that any one Potential Provider can be awarded; please refer to the Evaluation Guidance — Attachment 4, Section 7 of the ITC.

II.2) Description

Lot No: 1

II.2.1) Title

Ward Based Consumables

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 22 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 2

II.2.1) Title

Sterile Intervention Equipment and Associated Consumables

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 3

II.2.1) Title

Infection Control and Wound Care

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 4

II.2.1) Title

Orthopaedics, Trauma and Spine, Ophthalmology

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 5

II.2.1) Title

Rehabilitation, Disable Services, Womans Health and Associated Consumables

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 6

II.2.1) Title

Cardio-vascular, Radiology, Audiology and Pain Management

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 7

II.2.1) Title

Large Diagnostic Capital Devices incl. Mobile and Consumables

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 8

II.2.1) Title

Large Diagnostic Capital Devices incl. Mobile and Consumables

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 22 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 9

II.2.1) Title

Food

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 12 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Lot No: 10

II.2.1) Title

Hotel Services

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Main site within the UK can be determined by the awarded supplier bearing in mind the service will require attendance at NHS sites across the country from time to time.

II.2.4) Description of the procurement

Please refer to the ITC suite of documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 12 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

See II.1.4.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Evaluation Guidance — Attachment 4 of the ITC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

See II.1.4.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to the ITC suite of documents.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 stated in the ITC suite of documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the ITC suite of documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2015/S 213-389103

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

Date: 06/02/2017

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 13/03/2017

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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 Department of Health on behalf of the Authority.

The cost estimates provided in Sections II.1.5 and II.2.6 is the maximum sum available based on performance across a sixty (60) month contract term including both twelve (12) month extensions.

The Authority is publishing the ITC and the draft contract through its e-Sourcing Portal with this notice. However, it reserves the right to reissue these documents with any refinements to the ITC at the commencement of the Award Phase (as defined in the ITC).

Any questions regarding this notice must be sent to the Authority using the Clarification Question Submission Template provided within the ITC and sent to CategoryTowers@dh.gsi.gov.uk. All questions must be received by the deadline for receipt of clarifications as stated in the ITC. 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 ITC and all the procurement documentation to download.

All final responses must be submitted using the e-Sourcing Portal. The e-Sourcing Portal reference number for this exercise is EOI60349

If you require assistance, please contact the Supplier Helpdesk on +44 1132545777 or supplier.helpdesk@dh.gsi.gov.uk. This helpdesk is available from 10:00 to 16:00, Monday to Friday excluding Bank Holidays.

This procurement exercise is being conducted in two Tranches as described in the ITC. The deadline specified in IV2.2 is the deadline for submission of Selection Documentation as defined in the ITC in relation to Tranche 1. The deadline for submission of Selection Documentation in relation to Tranche 2 is 19.6.2017 at 15:00 as set out in the ITC.

Please note that the contract duration specified in II.2.7 includes both of the 12 month optional extensions, but does not include the implementation period.

Please note that the Authority is in the process of changing its e-tendering system and may change the e-sourcing tool during this procurement. The Authority will try to minimise the impact this will have on the procurement and all potential providers will be kept informed of any changes.

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 ITC (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 ITC 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 ITC and participation in the procurement will be borne by each applicant.

VI.4) Procedures for review

VI.4.1) Review body

Department of Health

79 Whitehall

London

SW1A 2NS

UK

E-mail: categorytowers@dh.gsi.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 provide remedies under statute for aggrieved parties.

VI.5) Date of dispatch of this notice

22/12/2016

Coding

Commodity categories

ID Title Parent category
79418000 Procurement consultancy services Business and management consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
categorytowers@dh.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.