Guy's & St Thomas' NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | STP Inventory Management and Performance Centre |
Notice type: | Contract Notice |
Authority: | Guy's & St Thomas' NHS Foundation Trust |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Part of South East London STP Patient Centric Supply Chain Programme covering Guy's and St Thomas', King's College Hospital, Lewisham and Greenwich, Dartford and Gravesham. Lot 1: Supply of inventory management systems for clinical areas to manage clinical supplies and medicines. Lot 2: Supply of a Performance Management System to provide real-time visability of clinical supplies and medicine inventory across the STP to support inventory management. |
Published: | 22/01/2019 08:12 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Guy's & St Thomas' NHS Foundaiton Trust
SmartTogether Procurement Shared Service, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 02071887188, 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: Yes.
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Inventory-management-software-package./75N737X664
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: STP Inventory Management and Performance Centre
Reference Number: ST18-PO52
II.1.2) Main CPV Code:
48430000 - Inventory management software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Part of South East London STP Patient Centric Supply Chain Programme covering Guy's and St Thomas', King's College Hospital, Lewisham and Greenwich, Dartford and Gravesham. Lot 1: Supply of inventory management systems for clinical areas to manage clinical supplies and medicines. Lot 2: Supply of a Performance Management System to provide real-time visability of clinical supplies and medicine inventory across the STP to support inventory management.
II.1.5) Estimated total value:
Value excluding VAT: 16,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 and Lot 2
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Inventory Management Systems
Lot No: 1
II.2.2) Additional CPV codes:
79991000 - Stock-control services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 1: Supply of inventory management systems for clinical areas to manage clinical supplies and medicines. System solution MUST be able to provide a range of end-user solutions able to manage both clinical supplies and medicines in a Ward and Theatre setting. System solution MUST be able to interface with legacy Hospital systems including Finance, Pharmacy, Patient Adminstration. Potential scope - approx 1,000 clinical locations across four NHS Trusts and seven hospital sites.
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: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 Months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Refer to SQ Document for Long Listing Criteria.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Each NHS Trust and each site has a variable deployment of legacy inventory management systems for both clinical supplies and medicines. The aim of this tender exercise is to appoint a system provider able to supply a common system solution to manage both clinical supplies and medicines and expand the deployment of inventory control across the STP.
II.2) Description Lot No. 2
II.2.1) Title: Performance Centre
Lot No: 2.
II.2.2) Additional CPV codes:
72316000 - Data analysis services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Supply of a Performance Management System to provide real-time visability of clinical supplies and medicine inventory across the STP to support inventory management. System would interface with legacy and new inventory systems to apply analytic tools to proactively manage both stock-out risk and excess inventory. System would interface with other information systems to support proactive risk management. System would oversee the performance of approx 500 legacy inventory systems and approx 1,000 new inventory systems across four NHS Trusts and seven hospital sites.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Refer to SQ Document for Long Listing Criteria.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Each NHS Trust and each procurement and pharmacy department system manage existing inventory systems seperately. The aim of this tender exercise is to implement a system solution to enable an integrated system management approach to clinical supplies and medicines across the STP.
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
Not Provided
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: Yes
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: 01/03/2019 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/03/2019
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): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years (or 7 years if contract extended)
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The procurement is part of a wider programme to develop a Patient Centric Supply Chain for South East London STP. The other elements of the programme include the establishment of an off-site Logistics Centre and RFID asset tracking of Equipment and other assets. The STP was awarded £10.5m from the DH Wave 4 Estate Funding Round in December 2018 to support the initiative.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Inventory-management-software-package./75N737X664
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/75N737X664
VI.4) Procedures for review
VI.4.1) Review body:
SmartTogether Procurement Shared Service
C/o Guy's & St Thomas' NHS Foundation Trust, 9th Floor Borough Wing, Guy's Hospital, Great Maze Pond, 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: 22/01/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
King's College Hospital NHS Foundation Trust
Denmark Hill, Brixton, London, SE5 9RS, United Kingdom
Email: david.lawson@gstt.nhs.uk
Contact: David Lawson
Main Address: https://www.kch.nhs.uk
NUTS Code: UKI
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Lewisham and Greenwich NHS Trust
Lewisham High St, Lewisham, London, SE13 6LH, United Kingdom
Email: david.lawson@gstt.nhs.uk
Contact: David Lawson
Main Address: https://www.lewishamandgreenwich.nhs.uk
NUTS Code: UKI
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Dartford and Gravesham NHS Trust
Darenth Wood Rd, Dartford, DA2 8DA, United Kingdom
Email: david.lawson@gstt.nhs.uk
Contact: David Lawson
Main Address: https://www.dgt.nhs.uk
NUTS Code: UKI