Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)
Name and addressesSwandean, Arundel Road
Worthing
BN13 3EP
United Kingdom
Contact person: Emma-Jane Taylor
Telephone: +44 1306646816
E-mail: emmajane.taylor@nhs.net
NUTS code: UKJ
Internet address(es):
Main address: https://www.sussexpartnership.nhs.uk/
I.2)
Joint procurementI.3)
CommunicationI.4)
Type of the contracting authorityI.5)
Main activitySection II: Object
II.1)
Scope of the procurementII.1.1)
Title:Provision of pharmacy services for Sussex Partnership NHS Foundation Trust
II.1.2)
Main CPV codeII.1.3)
Type of contractII.1.4)
Short description:Sussex Partnership NHS Foundation Trust is looking to procure a service for the provision of medicines to various units based in Sussex.
The successful bidder will be required to procure, supply and distribute pharmaceutical products.
Alternatively, tenders may be submitted for procurement and supply only, with distribution to be arranged separately.
The initial term of the contract will be 5 years with 2 x 1-year option extension.
II.1.5)
Estimated total valueII.1.6)
Information about lotsII.2)
DescriptionII.2.1)
Title:II.2.2)
Additional CPV code(s)II.2.3)
Place of performanceThe Trust will require the supply of medication to approximately 35 inpatient units and approximately 65 community units across East and West Sussex.
II.2.4)
Description of the procurement:Sussex Partnership NHS Foundation Trust (“The Contracting Authority”) is undertaking this procurement for Pharmaceutical Dispensing and Supply Services Provided for Units and Teams of the Sussex Partnership NHS Foundation Trust. This process will be used to identify and contract with a supplier that will enhance clinical standards, drive service efficiencies and deliver cost savings whilst ensuring continuity of supply and quality of service and products. The service will supply approximately 115000 items per annum.
The Authority shall not be committed to any course of action as a result of issuing this advert or an invitation to participate or to submit a Bid Response in respect of this Procurement. The Authority shall not be bound to accept any Bid and reserves the right not to conclude a Contract for some or all of the Service(s) for which Bids are invited with 1 or more Bidders. The Authority reserves the right to amend, add to or withdraw all or any part of this Procurement at any time during the process.
II.2.5)
Award criteriaII.2.6)
Estimated valueII.2.7)
Duration of the contract, framework agreement or dynamic purchasing systemII.2.10)
Information about variantsII.2.11)
Information about optionsII.2.12)
Information about electronic cataloguesII.2.13)
Information about European Union fundsII.2.14)
Additional informationSection III: Legal, economic, financial and technical information
III.1)
Conditions for participationIII.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.2)
Economic and financial standingIII.1.3)
Technical and professional abilityIII.1.5)
Information about reserved contractsIII.2)
Conditions related to the contractIII.2.1)
Information about a particular professionIII.2.2)
Contract performance conditions:III.2.3)
Information about staff responsible for the performance of the contractSection IV: Procedure
IV.1)
DescriptionIV.1.1)
Type of procedureIV.1.3)
Information about a framework agreement or a dynamic purchasing systemIV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogueIV.1.6)
Information about electronic auctionIV.1.8)
Information about the Government Procurement Agreement (GPA)IV.2)
Administrative informationIV.2.1)
Previous publication concerning this procedureIV.2.2)
Time limit for receipt of tenders or requests to participateIV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.4)
Languages in which tenders or requests to participate may be submitted:IV.2.6)
Minimum time frame during which the tenderer must maintain the tenderIV.2.7)
Conditions for opening of tendersSection VI: Complementary information
VI.1)
Information about recurrenceVI.2)
Information about electronic workflowsVI.3)
Additional information:Potential Bidders should note: This tender is being administered on behalf of the Authority by NHS Commercial Solutions. The tender will be conducted via the NHS Commercial Solutions Bravo e tendering system. Bidders will be required to register on the Bravo system if they have not previously done so. This can be done at any time via this web link: https://commercialsolutions.bravosolution.co.uk
This is the only route through which NHS Commercial Solutions and the Authority will conduct communications with Potential Bidders, and accept completed submissions. Potential Bidders wishing to submit an ITT should register their interest on the Bravo Solutions website.
To register on the portal:
-From the portal Home Page, click the ‘Click Here to Register’ link.
-Accept the terms and conditions of using the portal.
-Complete your organisation and personal details.
-Choose a memorable username and submit.
-You will shortly be sent an email with your unique password, please treat this securely (if you lose it there is a ‘Forgot my Password’ link on the portal homepage).
-Log in with your unique username & password.
-From the supplier's reserved area click ‘ITTs Open to All Suppliers’ –this is a repository of all ITTs open to any registered supplier.
-Browse the ITTs (there may be more than one page) and select the relevant ITT.
VI.4)
Procedures for reviewVI.4.1)
Review bodySwandean, Arundel Road
Worthing
BN13 3EP
United Kingdom
VI.4.2)
Body responsible for mediation proceduresVI.4.3)
Review procedureThe 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 calendar 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.4.4)
Service from which information about the review procedure may be obtainedVI.5)
Date of dispatch of this notice: