Category Management Service Provider contracts for NHS Supply Chain

A Tender Notice
by SUPPLY CHAIN COORDINATION LIMITED (SCCL)

Source
Find a Tender
Type
Contract (Services)
Duration
6 year
Value
£196M
Sector
BUSINESS
Published
11 Apr 2022
Delivery
To 31 May 2028 (est.)
Deadline
01 Jun 2022 12:00

Concepts

Location

UK

Geochart for 2 buyers and 0 suppliers

Description

As part of the future Target Operating Model of NHS Supply Chain, the Authority is seeking to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement will be conducted under a single procurement containing four Lots. Lot 1: Medical Consumables - Surgical Consumables and Infection Control Lot 2: Medical Consumables - Rehabilitation and Community Lot 3: Non-Medical - Food; and Lot 4: Non: Medical - Facilities (including Office Solutions) A copy of the Procurement Documentation, including the Descriptive Document, can be obtained from the eProcurement Portal as described within this Contract Notice. Each contract will be for an initial period of forty-five months (excluding the anticipated three month implementation period) and may be extended for up to an additional twenty-four months subject to achieving the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty-nine months. The Authority intends to enter into contractual arrangements under which it will be entitled to appoint Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under this contractual agreement the CMSPs will procure frameworks for the provision of supplies and/or services which it will make available for purchase by: 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity or healthcare provider (including private organisations, primary care, community settings and social care); 4) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic & Emergency Planning Programmes), and/or 5) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above. SCCL is seeking a supplier that can: - implement Category and Sourcing Strategies that will promote market growth and deliver the agreed savings in the agreed timescales. - deliver range management services, in line with the Authority’s Clinical and Product Assurance Framework, that deliver the optimal range of products to the Customers ensuring that product choice is aligned with clinical quality assessments and balanced against sufficient market competition to ensure sustainability of competitive supply - work to identify and enable Customer savings opportunities, to include, but not limited to, switching products and routes to market; - enable and implement a variety of Customer savings levers that also promote market growth. - provide an efficient and effective service to Customers, Product Suppliers and other areas of the NHS Supply Chain Operating Model; - provide a flexible, responsive and supportive service that enables these organisations to operate effectively, minimise their costs and conduct their activities without delay - work with other parts of the NHS Supply Chain Operating Model, the Authority and the NHS to ensure that information, data and reports are managed and delivered to enable improved working relationships and an overall system that combines to provide an efficient, effective and improved service to Customers. Please refer to the suite of Procurement Documentation

Lot Division

1 Medical Consumables: Surgical Consumables and Infection Control
  • Value: £99M
2 Medical Consumables: Rehabilitation and Community
  • Value: £44M
3 Non-Medical: Food
  • Value: £29M
4 Non-Medical: Facilities (including Office Solutions)
  • Value: £24M

CPV Codes

  • 79418000 - Procurement consultancy services
  • 66171000 - Financial consultancy services
  • 75131000 - Government services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79420000 - Management-related services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other Information

The contracts resulting from this procurement will be executed by Supply Chain Coordination Limited (‘the Authority’). The cost estimates provided in Sections II.1.5 and II.2.6 are estimates based on historical cost data and anticipated Savings, KPI and Business Objective Fees, across a sixty-nine month contract term which includes extensions of up to twenty-four months. The Authority is publishing a suite of Procurement Documentation including the Descriptive Document, Selection Questionnaire Instructions, a draft of the Invitation to Submit an Initial Tender (ISIT), and the draft contract/draft contract summary (to include relevant annexes) through its eProcurement Portal with this notice. However, in accordance with the selected procurement procedure, the final form of the ISIT documents (with supporting annexes) will be issued at the appropriate point in the procurement (as defined in the Descriptive Document). Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com/ The eProcurement Portal reference number for this exercise is Project_1061. Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information through the NHS Supply Chain eProcurement Portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Applicants are encouraged to download the Supplier Handbook located within the eProcurement Portal by following the 'Supplier Help centre ' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information. All communications must be made through NHS Supply Chain's eProcurement Portal at https://nhssupplychain.app.jaggaer.com/web/login.html using the Message Centre facility linked to this particular contract notice. Please note that the contract duration specified in II.2.7 (seventy-two months) includes the optional extensions (up to twenty-four months), and the anticipated three month implementation period. The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract(s) by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the Procurement Documentation (including any part of it) by amendments in writing (via the eProcurement Portal), including extending the deadline for receipt of tender responses. In accordance with the Government's policies on transparency, potential providers should note that the Authority intends to publish any contract awarded Documentation on Contracts Finder, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency. The costs of participation in the procurement will be borne by each applicant.

Reference

Domains