Guy's & St Thomas' NHS Foundation Trust: Medical Surgical Wholesaler

  Guy's & St Thomas' NHS Foundation Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Medical Surgical Wholesaler
Notice type: Contract Notice
Authority: Guy's & St Thomas' NHS Foundation Trust
Nature of contract: Supplies
Procedure: Restricted
Short Description: Medical Surgical Wholesaler to purchase medical consumables for use by the Trust, supply to the Trust on a same-day delivery cycle, and interface into the Trust automated inventory management systems and Performance Center.
Published: 27/06/2020 00:55
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Dartford: Medical consumables.
Section I: Contracting Authority
      I.1) Name and addresses
             Guy's and St Thomas' NHS Foundation Trust
             SmartTogether Procurement Shared Service, Supply Chain Hub, Unit 2, Central Road North, Dartford, DA1 5XA, United Kingdom
             Tel. +440 2071887188, Email: david.lawson@gstt.nhs.uk
             Contact: David Lawson
             Main Address: https://www.guysandstthomas.nhs.uk, Address of the buyer profile: http://guysandstthomas.g2b.info
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Dartford:-Medical-consumables./89BNTKM2R5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Medical Surgical Wholesaler       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      33140000 - Medical consumables.
      FG12-5 - For storage purposes
      MA09-8 - For transport
      LA16-8 - For hospital use

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Medical Surgical Wholesaler to purchase medical consumables for use by the Trust, supply to the Trust on a same-day delivery cycle, and interface into the Trust automated inventory management systems and Performance Center.       
      II.1.5) Estimated total value:
      Value excluding VAT: 750,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Medical Surgical Wholesaler to purchase up to 10,000 medical surgical consumable product lines for use by the Trust. Responsible for the procurement of medical surgical product lines through a combination of accessing existing Trust price agreements, national contract agreements, and direct sourcing. Supply to the Trust on a same-day delivery cycle. Provide pre-packed Loadhog Totes including break bulk (singles) for some product lines for each of the 500+ automated inventory management systems located inside clinical departments. Daily delivery to the Trust Supply Chain Hub at Dartford for onward shipment and put-away by the Trust. Interface into the Trust automated inventory system through GHX EDI interfaces for purchase orders and invoices. Interface into the Trusts new Performance Center to provide visibility over available inventory and electronic advance shipping notes.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 750,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Refer to the Supplier Selection Questionnaire (SSQ) included in the Tender Box.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend for a further 5 years.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The same day service model has been in operation with the Trust for over 10 years following deployment of automated inventory systems across all main clinical areas in 2009/10. The new contract will expand the scope to include additional product lines, include the option for the supplier to source on behalf of the Trust, and include new data interfaces into the Trust Performance Center.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      The contract will include a 98% On Time In Full (OTiF) performance standard for defined fast moving "A" items.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/07/2020 Time: 17:30
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/08/2020       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: (A) The Trust is seeking a long term strategic supplier. The annual spend through the new contract is expected to increase from a current baseline of £15m to £50m per annum due to a switch away from suppliers unable to meet required OTIF performance standards, year on year growth in activity and the proposed merger with the Royal Brompton and Harefield NHS Foundation Trust (1st Q 2021), and a new requirement to establish an ongoing reserve of key pandemic product lines.

(B) The Trust has an off-site Supply Chain Hub at Dartford to receipt and cross-dock inbound deliveries to the Trust. The appointed supplier will deliver to the Trust Supply Chain Hub within an agreed delivery window. The Supply Chain Hub will also be the base for a new Performance Centre to optimise the Trusts automated inventory systems. The appointed supplier will be required to allow system interfaces to provide end-to-end visibility and support system optimisation.

(C) The appointed supplier would be expected to embed resource at the Supply Chain Hub to work in close partnership with the Trust supply chain and sourcing functions to ensure service delivery, drive growth, and implement joint process improvement initiatives.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Dartford:-Medical-consumables./89BNTKM2R5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/89BNTKM2R5
   VI.4) Procedures for review
   VI.4.1) Review body:
             Chief Executive Office
       Guy's & St Thomas' NHS Foundation Trust, Counting House, Guy's Hospital, London, SE1 9RT, United Kingdom
       Tel. +44 02071887188
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 27/06/2020

Annex A


View any Notice Addenda

View Award Notice