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

Framework Agreement for the Transport of Medicines from NHS Hospitals to Patients

  • First published: 15 July 2021
  • Last modified: 15 July 2021
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)
Authority ID:
AA80809
Publication date:
15 July 2021
Deadline date:
13 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
64120000 Courier services Post and courier services
64121200 Parcel delivery services Multi-modal courier services
60161000 Parcel transport services Mail transport by road

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:
Tracy.McMillan@lpp.nhs.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.