Category Management Service Provider Contracts for NHS Supply Chain

Award

Value

£53,500,000

Classifications

  • Procurement consultancy services
  • Financial consultancy services
  • Government services
  • Business services: law, marketing, consulting, recruitment, printing and security
  • Business and management consultancy and related services
  • Business and management consultancy services
  • General management consultancy services
  • Management-related services

Tags

  • award
  • contract

Published

2 years ago

Description

As part of the future Target Operating Model of NHS Supply Chain, the Authority sought to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement was 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)
During the procurement, Lots 1 and 2 were abandoned, and Lots 3 and 4 continued through to award of contract.
In accordance with Regulation 55(1)(b) of the Public Contracts Regulations 2015, the Authority advises that it did not conclude  the procurement procedure for Lots 1 and 2.  The procurement commenced on 11/04/2022 under Contract Notice reference 2022/S 000-009671, the decision in respect of Lot 1 and 2 was based on value for money and organisational strategy considerations. The Authority determined that it will transition the services covered by Lots 1 and 2 of the Procurement to an internal delivery model. The Authority considered that insourcing these services will better achieve the objectives of the target operating model.
The Authority will therefore not be awarding any contract for Lot 1 or Lot 2 pursuant to this procurement.
As outlined above, the procurement in respect of Lots 3 and 4 continued, and the Authority has awarded contracts for Lots 3 and 4 as outlined within this award 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.
Under the contractual arrangements, the Authority appoints Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under the contractual agreements, 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.

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

The Provision of External Assurance Reviews of Local Authorities

To appoint an external Supplier that can quickly mobilise resources to coordinate and conduct external assurance reviews of local authorities where those local authorities are identified as carrying significant risk and / or exhibiting evidence of failure. The reviews may cover a range of subject areas that include but are not limited to: governance processes, financial management, financial sustainability, commercial and companies, and procurement and contract management. Reviews will include recommendations on appropriate steps local authorities could take to address the issues / risks identified. It is expected that the areas of focus for each review will not be mutually exclusive, and the Supplier is expected to consider the interdependencies across the different areas as required. There may be additional focuses for specific local authorities that may be included in review scopes, for instance, specific demand pressures or investments / companies that are driving financial pressures. External Assurance Reviews will be categorised as either (but not limited to) "in depth assessment (finance and governance)" - will encompass a wide scope across a range of subject areas "in depth assessment (finance)" - scopes which are principally focused on financial management & sustainability and/ or capital / debt & investments / assets, and improvement only "in depth assessment (governance)" - reviews focused on the governance, culture and leadership of organisation or service delivery (and improvement) - with only limited focus on financial elements of the authority under view "rapid review" (which could be financial or governance focused in nature) Under this contract the Supplier will be expected to deliver against the following objectives: Objective 1 - Delivering Reviews: To deliver to MHCLG completed external assurance reviews of local authorities to an agreed timeframe to enable timely actions to be taken in response to their findings; Objective 2 - Consistency and Quality: To ensure consistency of quality, depth, and presentation of external assurance reviews, and that all reviews meet a good standard of written English; Objective 3 - Constructive Working Relationships: To work constructively with local authorities subject to an external assurance review to ensure review analysis and findings are robust, and maintain as far as possible a collaborative working relationship between local authority, Supplier and MHCLG; Objective 4 - Due Diligence to Reduce Legal Risk: To ensure that conflicts of interest are managed appropriately, and that the Supplier undertakes due diligence to reduce legal risk in all respects, this includes ensuring appropriate due diligence where a review implicates an identifiable individual. Objective 5 - Resource Capacity: To ensure resource capacity and flexibility is provided so that reviews can continue to be delivered to the agreed timeframes, particularly where reviews are occurring concurrently. Objective 6 - Expertise: To ensure Supplier reviewers / review teams have the necessary experience, expertise, qualifications and understanding of the local authority sector, reflecting the review scope may flex subject to the issues identified in individual local authorities.

Katy Reed

Published 5 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete