CHRT503-2021-22 -DS/DN - Greater Manchester Pharmacy Logistics Supply Chain Service

Award

Value

£0

Suppliers

Classifications

  • Pharmaceutical products
  • Inventory management software package
  • Storage management software package
  • Public road transport services
  • Mail transport by road
  • Storage and warehousing services
  • Inventory management software development services
  • Stock-control services
  • Pharmacy services

Tags

  • award
  • contract

Published

2 years ago

Description

The Christie NHS Foundation Trust (“Trust”), on behalf of itself and the other NHS organisations within the Greater Manchester Provider Chief Pharmacists’ Collaborative (GMPCPC) identified within this notice, would like to invite potential suppliers to participate in a tender process for the provision of regional medicine supply chain services.
The GMPCPC was tasked to improve service levels and increase medicines optimisation activities and has identified, as the most effective option, a regional supply chain model that provides medicines at pre-assembled ward level to hospitals.
The Trust and Authorised Service Recipients require safe, reliable and resilient medicines supply chain Services, to drive efficiencies and streamline all logistics processes.
The Trust will act as host organisation of the operating model, across procurement, implementation and ongoing operations. The Trust will operate a strategic Control Tower, which will be co-located at the Facility and act as intermediary between the successful Supplier and the Authorised Service Recipients.
Each potential supplier will be required to identify and confirm within its bid the medicines it has access to under CMU contracts (known as Standard Stock). The successful Supplier will then be responsible for all Standard Stock medicine procurement, ownership and supply chain management.
All other medicines required to fulfil Orders from Authorised Service Recipients (known as Non-Standard Stock) will be purchased on behalf of the Authorised Service Recipients by the Control Tower. Whilst the successful Supplier will not take ownership of the Non-Standard Stock, it will be required to store, pick, pack and deliver (i.e. provide supply chain management for) that Non-Standard Stock together with all Standard Stock.
The value of the contract opportunity stated in this notice includes the potential cost of all Standard Stock to be provided by the successful Supplier.
The successful Supplier will be responsible for all storage and management of Stock, preparation of Stock for transportation and delivery, minimisation of Stock wastage, and delivery of Stock from the Facility to the Delivery Points.
The successful Supplier is required to provide an electronic inventory management system (known as the Dedicated IT) to underpin the procurement, inventory, Ordering, delivery and invoicing of Stock. Other technologies such as cumulative barcoding, GS1 and business intelligence provision are required as part of the Services.
In accordance with the requirements of the Service Contract, changes to medicines regulations, developments and innovations are to be considered, anticipated and incorporated into the model over the Term.
The Trust’s ambition is to build a collaborative relationship with the successful Supplier, and to create a forward thinking and intelligent structure to anticipate and satisfy the developing needs of the pharmacy services in Greater Manchester.
All capitalised terms used in this short description have the meaning given to them in the procurement documents.
Tenderers are strongly encouraged to consider the procurement documents in full to ensure that they are able to understand and appreciate the entire scope of the opportunity

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Storage, Retrieval, Destruction & Scanning of Multi Health Board Documents

Cardiff and Vale University Health Board, on behalf of other Health Boards/Trusts, are seeking to appoint one or more suppliers to establish contract(s) for the Storage, Retrieval, Destruction & Scanning of Multi Health Board Documents. Multiple Health Boards & Trusts across Wales have a requirement for physical document storage, archiving, scanning and restoration. The documents include medical records, clinical research records, screening slides and comprise of highly sensitive patient information that have a legal requirement to be retained for a set period. It is a requirement to retain paper records in accordance with applicable legislation (e.g. Public Records Act 1958, Access to Health Records Act 1990, Freedom of Information Act 2000, Inquiries Act 2005 and Data Protection Act 2018) as well as guidance set out in the NHS Wales Records Management Code of Practice for Health and Social Care 2022. This contract will encompass all documents that require storage, retrieval, archiving and potential scanning and or destruction. This contract is to be managed by Cardiff and Vale, on behalf of The Trust & Health Boards including: • Cardiff & Vale University Health Board • Velindre University NHS Trust • Public Health Wales Trust • NHS Wales Shared Services Partnership • Primary Care (IP5) • Other Health Boards & Trusts could onboard during the life of the contract In order to ensure the Health Board has the correct provisions, the contract will be broken down and evaluated based on 3 lots. The aim of the procurement is to award 1 or more supplier, per Health Board/Trust, per lot to ensure each Health Board/Trust can appoint the most suitable provider for their requirements. Lot 1 - Storage, Collection, Transportation & Destruction of Documents: Approximately 122,000 boxes of documents require storage, with the potential for this number to increase or decrease within the lifetime of the contract. Lot 2 - Scanning: Due to the ever-growing number of records requiring storage, and the digital infrastructure that is growing, Health Boards and Trust are looking to undertake a digital scanning programme and a wider adoption of electronic in the near future. Lot 3 - Restoration: This relates to restoration of goods damaged by the following eventualities including, but not limited to: Flood, fire, natural disasters, unexpected weather events Qualification Questionnaire: The main purpose of the Qualification is to enable Cardiff and Vale University Health Board to select suitably qualified suppliers with whom it will invite tenders with a view to becoming a supplier of the Health Board. The suppliers who pass the qualification will progress to have their Technical submission evaluation. The qualification questionnaire will be evaluated based on the criteria outlined within the 'Qualification Questionnaire'. Bidders failing to meet the criteria will be disqualified from further participation in the tender process and will be notified at point of disqualification. Qualitative and financial: 70/30. The scoring criteria is a combination of pass/fail and scored questions. The questionnaires sheets must be completed in full. Scoring is based on the details provided in the response. Failure to provide a response may result in the bid being deemed as non-compliant. If a Bid is deemed to be non-compliant it will be rejected and disqualified from further participation in this Procurement. Pass/ Fail: Bidders must submit a written response in relation to each of the pass/fail criteria to enable the evaluation team to determine that you meet the basic requirements of the tender. Bidders who fail to provide a response that would satisfy a pass to the Health Boards requirements will not progress to the scored element of the evaluation as their Bid will be deemed as non-compliant and disqualified from further participation in the tender. Bidders will be notified at point of failure. Please note additional information on this procurement:1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.2. Bidders should note that they will be required to enter into terms and conditions of contract asset out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.3. The Contracting Authority will not accept completed ITT's after the stated closing date.4. All documents to be priced (where applicable) in sterling and all payments made in sterling.5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale University Local Health Board.7. Bidders wishing to participate should visit the Bravo e-tenderwales portal to gain full visibility of the tender documentation.

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline cancelled

Publish
Bid
Evaluate
Award
Complete