Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)
200 Great Dover Street
London
SE1 4YB
UK
Contact person: Tracy McMillan
E-mail: Tracy.McMillan@lpp.nhs.uk
NUTS: UKI44
Internet address(es)
Main address: https://www.lpp.nhs.uk/
Address of the buyer profile: https://www.lpp.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://health.atamis.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://health.atamis.co.uk
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:
http://health.atamis.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for the Transport of Medicines from NHS Hospitals to Patients
Reference number: LPP/2021/003
II.1.2) Main CPV code
64120000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS London Procurement Partnership (NHS LPP) (hosted by Guy's and St Thomas' NHS Foundation Trust) are procuring a Framework Agreement for the provision of medicine courier services from London NHS Trusts for delivery direct to Patients. The Framework will be split into three Lots:(1) Standard Medicine Courier Services(2) Medicine Courier Services requiring MHRA Wholesale Dealers License WDA(H)(3) Medicine Courier Services requiring MHRA Wholesale Dealers License WDA(H) & Home Office License to transport Controlled Drugs (CDs)Call-Off Contracts can be awarded by Participating Authorities by either Direct Award or Further Competition (details included in tender pack)LPP Contract Reference: LPP/2021/003
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Standard Medicine Courier Services
II.2.2) Additional CPV code(s)
64120000
60161000
64121200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 includes the provision of standard courier services for consignments of medicine goods. Suppliers should demonstrate an awareness of the principles of Good Distribution Practices (GDP) of medicines. Services under this lot are restricted to: a. Medicines which can be stored between 15-25C b. Delivery must be made to the patient in the same day
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Two year initial term with the option to extend for a further 24 months over one or more terms. Framework will not exceed 48 months in duration.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 Medicine Courier Services requiring MHRA Wholesale Dealers License
II.2.2) Additional CPV code(s)
64120000
64121200
60161000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Procurement for the provision of courier services who hold and maintain a valid WDA(H) License which is issued by the MHRA and allows the holder to store medicines in compliance with regulatory requirements.Consignments transported within this lot requires strict environmental monitoring including ambient (15-25C) and Cold Chain (2-8C). Consignments can also include cytotoxic and other hazardous medicines.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 years initial term with an option to extend for a further 24 months over one or more term. Framework will not exceed 48 months in duration.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 Medicine Courier Services Requiring MHRA WDA & Home Office License (CDs)
II.2.2) Additional CPV code(s)
64120000
64121200
60161000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Procurement for the provision of medicine courier services with Suppliers holding a valid MHRA Wholesale Dealers WDA(H) License and Home Office License to deliver Controlled Drugs (CDs) as defined by the Misuse of Drugs Act 1971. Consignments must be transported in compliance with Good Distribution Practice requirements. Consignments require strict environmental monitoring including ambient (15-25C) and Cold Chain (2-8C). Consignments can also include cytotoxic and other hazardous medicines.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 year initial terms with the option to extend for up to a further 24 months over one or more terms. Framework will not exceed 48 months in duration.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
Lot 2 - Supplier must hold a valid MHRA (Medicines & Healthcare products Regulatory Agency) Wholesale Dealer License WDA(H) to provide services under Lot 2 of this Framework Agreement.Lot 3 - Suppliers must hold both a MHRA Wholesale Dealers License WDA(H) License and Home Office License for the transport of Controlled Drugs to provide services under Lot 3 of this Framework Agreement.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/08/2021
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)
IV.2.7) Conditions for opening of tenders
Date:
14/08/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
This Framework Agreement can be accessed via agreement by NHS LPP and shall include the organisations listed within Document Appendix B6 (available in the tender pack) and their respective successors and/or organisations created as a result of structural re-organisation or organisational changes (including the evolution of Sustainability Transformation Partnerships (STPs), Integrated Care Systems (ICS) and Wholly Owned Subsidiary Companies). An electronic list of Participating Authorities can be found online at the following web address: https://www.england.nhs.uk/london/ccg-trust/
VI.4) Procedures for review
VI.4.1) Review body
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
UK
Internet address(es)
URL: https://www.guysandstthomas.nhs.uk
VI.4.2) Body responsible for mediation procedures
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
UK
Internet address(es)
URL: https://www.guysandstthomas.nhs.uk
VI.5) Date of dispatch of this notice
14/07/2021