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 Provision of Inventory Management Systems.

  • First published: 11 May 2017
  • Last modified: 11 May 2017
  • 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 Commercial Solutions
Authority ID:
AA54365
Publication date:
11 May 2017
Deadline date:
09 June 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework Agreement will be available to all organisations detailed in Section VI.3) of this Contract Notice (each, a ‘Participating Authority’).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions

The Atrium, Curtis Road

Dorking

RH4 1XA

UK

Telephone: +00 0000000000

E-mail: derek.howe@nhs.net

NUTS: UK

Internet address(es)

Main address: http://www.commercialsolutions-sec.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:

https://commercialsolutions.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://commercialsolutions.bravosolution.co.uk/web/login.shtml


Tenders or requests to participate must be sent to the abovementioned address


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

Framework Agreement for the Provision of Inventory Management Systems.

Reference number: 2415-4425

II.1.2) Main CPV code

48430000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The NHS Collaborative Procurement Partnership (NHS CPP) comprises NHS North of England Commercial Procurement Collaborative, NHS London Procurement Partnership, NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub. NHS CPP has successfully delivered a number of projects, including the National Agency Nursing Agreement, the Total Orthopaedic Solutions (TOS) and Total Cardiology Solutions (TCS) Framework Agreements.

The intricacies of managing activity in contracts let under the TOS Framework Agreement, in particular, have identified the need, in a number of organisations, for a means of managing the flow of equipment and consumable stocks through the surgical process. To meet this need NHS Commercial Solutions, as lead organisation for NHS CPP, is procuring a Framework Agreement for the provision of commercial, ‘off-the-shelf’, vendor-neutral inventory management systems to which a number of suppliers will be appointed.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72317000

72263000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The services will be carried out at the premises of the Procuring Authority and/or the Service Provider.

II.2.4) Description of the procurement

The Framework Agreement will be available to all organisations detailed in Section VI.3) of this Contract Notice (each, a ‘Participating Authority’).

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: 48

This contract is subject to renewal: No

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.1.2) 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: Yes

IV.2) Administrative information

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

Date: 09/06/2017

Local time: 12:00

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 09/06/2017

Local time: 14:00

Place:

The offices of the Contracting Authority.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The public sector bodies to whom the use of this framework agreement will be open include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs.

— National Health Service (NHS) bodies in England, including acute Trusts (including those operating community hospitals and the provider functions of the former Primary Care Trusts), Care Trusts, Mental Health Trusts, Ambulance Trusts, any of which may be an NHS Foundation Trust, and Clinical Support Units (CSU's), Clinical Commissioning Groups (CCG's), General Practitioners and General Practitioner commissioning consortia, Special Health Authorities and Area Teams (See http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx);

— Health Boards, NHS Trusts, Community Health Councils and other constituent bodies of the NHS in Wales (http://www.wales.nhs.uk/nhswalesaboutus/structure);

— NHS Scotland and its constituent bodies including: the Scottish Ambulance Service, Special NHS Boards and the other constituent organisations of the Scottish National Health Service (http://www.scot.nhs.uk/organisations/);

— Health and Social Care Trusts, Health Agencies and other constituent bodies of the Health and Social Care Service in Northern Ireland (http://online.hscni.net/);

— Social Enterprises and Community Interest Companies (CICs).

VI.4) Procedures for review

VI.4.1) Review body

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

18 Mole Business Park

Leatherhead

KT22 7AD

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision.

The standstill period which shall be for a minimum of 10 calender days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

08/05/2017

Coding

Commodity categories

ID Title Parent category
72317000 Data storage services Data-processing services
48430000 Inventory management software package Business transaction and personal business software package
72263000 Software implementation services Software-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:
derek.howe@nhs.net
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.