Contract notice

Information

Published

Expire date: 08/11/2021

External Reference: 2021-543890

FTS Reference: 2021-023608

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

EAST LANCASHIRE HOSPITALS NHS TRUST
05280446
ROYAL BLACKBURN HOSPITAL,HASLINGDEN ROAD
BLACKBURN, LANCASHIRE
BB2 3HH
UK
Contact person: Cathy Pickles
Telephone: +44 7790915819
NUTS code:  UKD4 -  Lancashire
Internet address(es):
Main address: https://elht.nhs.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=35974&B=NHSSBS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Outpatient Pharmacy Dispensing service
Reference number:  CR/2019-20/1515
II.1.2)

Main CPV code

85149000  -  Pharmacy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

East Lancashire Hospitals NHS Trust (ELHT)and Blackpool Teaching Hospitals NHS Foundation Trust (BTH) are together issuing a joint invitation to tender in connection with the competitive procurement of the provision for a Pharmacy Outpatient Dispensing Services within a Service Contract. This contract is for the provision of dispensing services for Outpatient, Cancer, UCC (site dependent) and ED (site dependent) attendees of ELHT and BTH. The estimated total value of the contract detailed in this advert includes the purchased drug costs as well as the estimated management of the outpatient services.
II.1.5)

Estimated total value

Value excluding VAT: 100000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85149000  -  Pharmacy services
II.2.3)

Place of performance

NUTS code:  UKD4 -  Lancashire
NUTS code:  UKD1 -  Cumbria
Main site or place of performance:  
Lancashire & South Cumbria
II.2.4)

Description of the procurement

East Lancashire Hospitals NHS Trust (ELHT) and Blackpool Teaching Hospitals NHS Foundation Trust (BTH) are together issuing a joint invitation to tender in connection with the competitive procurement of the provision for a Pharmacy Outpatient Dispensing Services within a Service Contract. This contract is for the provision of dispensing services for Outpatient, Cancer, UCC (site dependent) and ED (site dependent) attendees of ELHT and BTH. The Service Provider will be responsible for the clinical check (excluding oncology and haematology, unless oncology trained and competent), procurement, storage, dispensing, distribution and delivery of medicines, ancillaries needed for their safe administration, invoicing and the provision of management information. Services may be extended for the provision of monitored dosage systems. The Service Provider is required to provide onsite outpatient dispensing services or an alternative innovative solution to cover all clinical specialties within the opening hours for each Trust taking into consideration that flexibility may be required whilst the outpatient position recovers post-Covid. This I.TT. is for the provision of dispensing services for Outpatient, Cancer, UCC (site dependent) and ED (site dependent) attendees of ELHT and BTH. The Lot described in this advert is the same service but there is a possibility that the award may be awarded as two separate lots per Trust per supplier or the award may be made to one supplier for both Trusts.
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: 100000000.00  GBP
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:  
Possiblity to extend for a further 2 x 12 month periods up to a maximum of 4 years contract length.
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

III.2.2)

Contract performance conditions

Contract management requirements are detailed in the procurement documentation with regards to key performance indicators.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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 FTS: 2020/S 026-060257
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/10/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  31/01/2022
IV.2.7)

Conditions for opening of tenders

Date:  29/10/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Lancashire Procurement Cluster
Croston House,Office 20 2nd Floor, Lancashire Enterprise Business Park, Centurion Way
Leyland
PR26 6TR
UK
Telephone: +44 7790915819

VI.4.2)

Body responsible for mediation procedures

LPC
as above
Leyland
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As detailed in the procurement documentation related to contract management of the service.
VI.4.4)

Service from which information about the review procedure may be obtained

LPC
As above
Leyland
UK