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 Award Notice

National Inventory Management Solution

  • First published: 12 March 2021
  • Last modified: 12 March 2021

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:
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)
Authority ID:
AA77631
Publication date:
12 March 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement project was seeking a service provider to provide a fully managed and hosted cloud based service for a national catalogue and inventory management solution in order to support the management, consumption, track and trace of critical care consumables across all areas of stock holdings within NHS Scotland and NHS Scotland partners in health and social care.

A summary of the requirement is as follows, please note this list isn't exhaustive:

The service provider will provide a fully managed and hosted service (SaaS);

System updates managed centrally/performed remotely;

GS1 and PEPPOL compliant;

Catalogue data updateable in real time and managed directly by suppliers;

Real time operational management and real time management of all inventories: stock levels, recording usage, tracking demand/consumption, tracing product, automatic replenishment, goods returns;

Support for GS1 standards for data such as GTINs (‘single’ and ‘outer’ supply units), GLNs and GSRNs;

Interfaces/usable outputs to other systems supporting Theatre Management, Cath Labs, Patient Management, Equipment/Asset Management, Pharmacy prescribing/dispensing, Facilities Management and the National Catering System.

Important note: There is a hard deadline for system ‘go live’ of 31 March 2021. Contractors must ensure they detail in their tender response, how this hard deadline will be achieved. Please refer to the ITT document for further information on implementation of key milestones by this date.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: Rebecca Cruickshanks

Telephone: +44 1312756840

E-mail: rebecca.cruickshanks@nhs.scot

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Inventory Management Solution

Reference number: NP6046-20

II.1.2) Main CPV code

72212430

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement was seeking to purchase software which will deliver a national inventory management solution in order to support the management, consumption, track and trace of critical care consumables acquired by or on behalf of NHS Scotland entities constituted pursuant to the national Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards and the authority or other NHS organisations established pursuant to the NHS (Scotland) Act 1978) and potentially all Integrated Joint Boards established pursuant to the Public Bodies (Joint Working) Scotland Act 2014 regardless of end user which may include health, social care, hospice care or care in the community.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 5 140 415.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

48430000

48490000

48517000

48000000

72000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Sites throughout Scotland.

II.2.4) Description of the procurement

The procurement project was seeking a service provider to provide a fully managed and hosted cloud based service for a national catalogue and inventory management solution in order to support the management, consumption, track and trace of critical care consumables across all areas of stock holdings within NHS Scotland and NHS Scotland partners in health and social care.

A summary of the requirement is as follows, please note this list isn't exhaustive:

The service provider will provide a fully managed and hosted service (SaaS);

System updates managed centrally/performed remotely;

GS1 and PEPPOL compliant;

Catalogue data updateable in real time and managed directly by suppliers;

Real time operational management and real time management of all inventories: stock levels, recording usage, tracking demand/consumption, tracing product, automatic replenishment, goods returns;

Support for GS1 standards for data such as GTINs (‘single’ and ‘outer’ supply units), GLNs and GSRNs;

Interfaces/usable outputs to other systems supporting Theatre Management, Cath Labs, Patient Management, Equipment/Asset Management, Pharmacy prescribing/dispensing, Facilities Management and the National Catering System.

Important note: There is a hard deadline for system ‘go live’ of 31 March 2021. Contractors must ensure they detail in their tender response, how this hard deadline will be achieved. Please refer to the ITT document for further information on implementation of key milestones by this date.

II.2.5) Award criteria

Quality criterion: Non-functional requirements / Weighting: 20

Quality criterion: Functional requirements / Weighting: 35

Quality criterion: Implementation / Weighting: 10

Quality criterion: Demonstrations / Weighting: 10

Price / Weighting:  25

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

Due to Covid-19 there is an urgent requirement for a National Inventory Management Solution in order to support the management, consumption, track and trace of critical care consumables across all entities constituted pursuant to the national health service.

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:

2020/S 188-455092

Section V: Award of contract

Contract No: NP6046-20

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/02/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Genesis Automation

Saxon Business Park, Hanbury Road

Bromsgrove

B60 4AD

UK

Telephone: +44 7833461493

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 140 415.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Contract value of GBP 5 800 000 reflects the anticipated overall value of the contract. This includes first year purchase and implementation of the service including the recurring costs for the duration of the contract including potential extension periods. NSS expects the contract value to depend on the innovative solutions being tendered. No guarantees are given to either volume or value of spend.

The buyer is using PCS-Tender to conduct this ITT exercise. The Procurement Contract Reference is NP6046-20.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16977. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:645811)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the authority despatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within 15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not prevent the authority from awarding the framework agreement following the expiry of the standstill period. Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

VI.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

09/03/2021

Coding

Commodity categories

ID Title Parent category
72212430 Inventory management software development services Programming services of application software
48430000 Inventory management software package Business transaction and personal business software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48517000 IT software package Communication software package
48490000 Procurement software package Business transaction and personal business software package
48000000 Software package and information systems Computer and Related 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:
rebecca.cruickshanks@nhs.scot
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.