Contract notice

Information

Published

Date of dispatch of this notice: 23/02/2016

Expire date: 03/05/2016

External Reference: 2016-625710

TED Reference: 2016/S 040-065471

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Royal Devon and Exeter NHS Foundation Trust
Peninsula Purchasing & Supply Alliance, Heavitree Hospital, Gladstone Road,
EX1 2ED  Exeter
UK
For the attention of: Davina Mortimer, Senior Category Manager
Telephone: +44 1392405409
E-mail: davinamortimer@nhs.net
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/45644
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14954&B=NHSSW
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14954&B=NHSSW
Further information can be obtained from:
Peninsula Purchasing & Supply Alliance
Heavitree Hospital, Gladstone Road,
EX1 2ED  Exeter
UK
For the attention of: Davina Mortimer, Senior Category Manager
Telephone: +44 1392405409
E-mail: davinamortimer@nhs.net
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
Via the e-tendering portal
N/A
N/A
UK
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Health
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Northern Devon Healthcare NHS Trust
Plymouth Hospitals NHS Trust
Royal Cornwall Hospitals NHS Trust
Torbay and South Devon NHS Foundation Trust
Taunton and Somerset NHS Foundation Trust
Yeovil District Hospital NHS Foundation Trust
Salisbury NHS Foundation Trust
Gloucestershire Hospitals NHS Foundation Trust
Royal United Hospital Bath NHS Foundation Trust
University Hospitals Bristol NHS Foundation Trust
Great Western Hospitals NHS Foundation Trust
North Bristol NHS Trust
Weston Area Health Trust

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

T15/0332 - Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of High Tech pharmaceutical products with the option of a nursing support service.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No25:  Health and social services
    Main site or location of works, place of delivery or of performance:

    NHS Bodies within the boundaries of Cornwall, Devon, Somerset, Dorset, Avon and Wiltshire to include but not be limited to the following NHS bodies: Royal Devon and Exeter NHS Foundation Trust, Northern Devon Healthcare NHS Trust, Plymouth Hospitals NHS Trust, Royal Cornwall Hospitals NHS Trust, Torbay and South Devon Healthcare NHS Foundation Trust, Taunton and Somerset NHS Foundation Trust, Yeovil District Hospital NHS Foundation Trust, Salisbury NHS Foundation Trust, Gloucestershire Hospitals NHS Foundation Trust, Royal United Hospital Bath NHS Foundation Trust, University Hospitals Bristol NHS Foundation Trust, Great Western Hospitals NHS Foundation Trust, North Bristol NHS Trust, Weston Area Health Trust.

    NUTS code
    SOUTH WEST (ENGLAND)
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of High Tech pharmaceutical products with the option of a nursing support service.

    This procurement is being conducted under the Light Touch Regime: Regulation 74-77.

    Please note not all the Trusts named in the OJEU advert are currently participating in this contract. Please refer to the tender documents for further detail.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85141210   Home medical treatment services
    Supplementary vocabulary
    85149000   Pharmacy services
    85110000   Hospital and related services
    85112000   Hospital support services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The tender has been broken down into five Lots. Offerors may bid for any number of Lots but the number of Lots that can be awarded to any one Supplier will be limited to a maximum of two. Further detail can be found in Section 6 Award Criteria of the tender documents

    Estimated cost excluding VAT: 64500000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    We reserve the right to extend this contract for any period up to 24 months

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Respiratory
    1)

    Short description:

    Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of Respiratory pharmaceutical products with the option of a nursing support service.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85141210   Home medical treatment services
    Supplementary vocabulary
    85149000   Pharmacy services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 6300000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    The tender has been broken down into five Lots. Offerors may bid for any number of Lots but the number of Lots that can be awarded to any one Supplier will be limited to a maximum of two. Further detail can be found in Section 6 Award Criteria of the tender documents.

    Lot No: 2  Lot title: Immunology
    1)

    Short description:

    Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of Immunology pharmaceutical products with the option of a nursing support service.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85141210   Home medical treatment services
    Supplementary vocabulary
    85149000   Pharmacy services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3600000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    The tender has been broken down into five Lots. Offerors may bid for any number of Lots but the number of Lots that can be awarded to any one Supplier will be limited to a maximum of two. Further detail can be found in Section 6 Award Criteria of the tender documents.

    Lot No: 3  Lot title: Oncology / Haematology
    1)

    Short description:

    Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of Oncology / Haematology pharmaceutical products with the option of a nursing support service.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85141210   Home medical treatment services
    Supplementary vocabulary
    85149000   Pharmacy services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 47100000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    The tender has been broken down into five Lots. Offerors may bid for any number of Lots but the number of Lots that can be awarded to any one Supplier will be limited to a maximum of two. Further detail can be found in Section 6 Award Criteria of the tender documents.

    Lot No: 4  Lot title: Medical Specialities
    1)

    Short description:

    Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of Medical Specialities pharmaceutical products with the option of a nursing support service.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85141210   Home medical treatment services
    Supplementary vocabulary
    85149000   Pharmacy services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3300000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    The tender has been broken down into five Lots. Offerors may bid for any number of Lots but the number of Lots that can be awarded to any one Supplier will be limited to a maximum of two. Further detail can be found in Section 6 Award Criteria of the tender documents.

    Lot No: 5  Lot title: Cystic Fibrosis/Outpatient Parenteral Antibiotic Therapy (OPAT)
    1)

    Short description:

    Pharmacy Homecare Services – a comprehensive dispensing and delivery service for a range of Cystic Fibrosis/Outpatient Parenteral Antibiotic Therapy (OPAT) pharmaceutical products with the option of a nursing support service.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85141210   Home medical treatment services
    Supplementary vocabulary
    85149000   Pharmacy services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 4200000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    The tender has been broken down into five Lots. Offerors may bid for any number of Lots but the number of Lots that can be awarded to any one Supplier will be limited to a maximum of two. Further detail can be found in Section 6 Award Criteria of the tender documents.

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Parent company and other guarantees may be required in certain circumstances. See the invitation to tender for further detail

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Joint and severable liability

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Any supplier may be disqualified who does not respond to the following in the requisite manner:

    1) Suppliers are required to submit their tender response via the Trusts e-tendering portal - CTM - which is accessed at https://uk.eu-supply.com/login.asp - please make sure that you are registered to avoid any future delays.

    2) Information and formalities necessary for evaluating if requirements are met:

    (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

    (b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

    (c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

    (d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;

    (e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

    (f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

    (g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

    (h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

    (i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

    (j) Has been the subject of a conviction for fraud within the meaning of

    Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

    (k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

    (l) The Trust reserves the right to enforce Regulation 57 of the PCR 2015 with regards to its rights to the discretionary exclusion of Bidders

    Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.

    In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.

    The Trust will also be utilising the NHS supplier information database (sid4gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via the e-tendering portal , candidates are requested to provide or update their profile on the sid4gov as follows:

    a) candidates should register on sid4gov at http://http://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button.

    b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.

    c) Suppliers who already have a published profile on sid4gov must confirm that information is up to date ;i) candidates should ensure all relevant sections of their NHS sid4gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS sid4gov is unavailable, please contact NHS the sid4gov helpdesk.

    PLEASE NOTE ALL RESPONSES TO OJEU SHOULD BE MADE THROUGH THE E-TENDERING PORTAL AND REGISTRATION IS REQUIRED ON SID4GOV TO UPDATE OR PROVIDE COMPANY PROFILES ONLY

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As per III.2.1. above

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As per III.2.1. above

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    T15/0332

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    20.04.2016 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    The contract will be for a 3 year period with the option to extend for any period up to 24 months. This is a procurement for services being conducted under the Light Touch Regime : Regulations 74-77 of schedule 3 of the Public Contracts Regulations 2015. Accordingly, and not withstanding the advertising of this procurement exercise in the Offiicial Journal, the Public Contracts Regulations 2015 (as amended) (“the Regulations“) only apply in part. The procurement exercise will be conducted in accordance with the information contained in the tender documentation. The Authority has voluntarily advertised this procurement exercise in the Official Journal, solely in order to reach as wide an audience as possible. The Authority has been constrained by the forms used by the Publications Office to describe the procurement procedure as “Open“ but the Authority does not bind itself to conduct the procurement process in accordance with the Open procedure, as described in the regulations, nor to abide by any other part of the Regulations which does not expressly apply to procurement under the Light Touch Regime : Regulations 74-77. Neither a reference during or after this procurement process to the Regulations or the use of language or terminology common to the Regulations shall require the Authority to conduct a full procurement in accordance with the Regulations. This notice is being placed for advertising purposes only.

    To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following e-tendering portal https://uk.eu-supply.com/login.asp

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    In accordance with the Public Contract Regulations 2015 and Part 3 Remedies

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained