Dorset HealthCare University NHS Foundation Trust: Provision for outsourced pharmacy supply service for Dorset

  Dorset HealthCare University NHS Foundation Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision for outsourced pharmacy supply service for Dorset
Notice type: Contract Notice
Authority: Dorset HealthCare University NHS Foundation Trust
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Dorset HealthCare University NHS Foundation Trust is seeking to award a contract for outsourced pharmacy supply services for Dorset (excluding Bournemouth and Poole) to a value of £500,000 to £600,000 per annum, excluding drugs. The resulting contract shall have a duration of three (3) years with the option to extend the contract by up to two (2) one year periods subject to satisfactory performance (the total potential length of the contract therefore being five (5) years). Units served would include community hospitals (including those with minor injury units), prisons, an immigration centre, mental health units, community mental health teams, crisis and home treatment, community services (including contraceptive services, district nursing, podiatry, tissue viability and ambulatory intravenous therapy). The activity for 2013/2014 was 128,538 issue lines equating to 218,209 packs. The key driver is to improve the quality of patient care. The procurement will comprise of the following elements: • Provide comprehensive clinical screening in relation to all requests for individually dispensed items. Expertise must include mental health, with knowledge to a post-graduate diploma level • Inpatient dispensing, including one-stop dispensing • Discharge dispensing services that support one-stop systems • Provide/fill monitored dosage system packs for patients discharged from inpatient units and for patients on long-term clozapine • Ward/unit/department stock replenishment • Dispense medication for ‘in-possession’ use for the prisons (small supplies that are packed down either as daily, weekly or monthly supplies) • Homecare • Supply systems for near-patient blood testing (clozapine) • Support reducing waste initiatives and provide credit for medication that is no longer required • Medicines Information Service (with expertise in Mental Health) • On-call service: supply and expert advice with regard to Trust specialities, e.g. prisons and mental health • Saturday morning dispensing and delivery service • Ability to procure medicines at NHS contract prices • Ability to procure pre-packs from NHS suppliers to enable the best price to be obtained. • Flexible and responsive • Transport to all units once a day (twice a day for prisons) • Provision of timely and accurate information with regard to activity • Provide a suite of standard reports and have the flexibility to provide ad-hoc reports on request. • Able to provide information electronically that is directly extracted from the pharmacy stock control system – to facilitate contract management and supply data to IMS (requirement for regional procurement support) • Be prepared to work with the Trust on e-solutions for managing medicines (including e-prescribing) The above information summarises the scope of this procurement exercise. However, the Trust's precise requirements will be determined during the dialogue with shortlisted bidders, depending on the solutions that are put forward and other factors that may affect the Trusts' requirements (such as organisational and/or site developments) An overview of the short-listing criteria is set out in more detail in the Prequalification questionnaire (PQQ). Potential providers must be in a position to commence business in April 2015 and be in possession of a Wholesalers Dealer’s Licence and a Home Office CD Licence.
Published: 28/07/2014 16:57
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-Poole: Pharmacy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Dorset HealthCare University NHS Foundation Trust
      Sentinel House, Nuffield Industrial Estate, Nuffield Road, Poole, BH17 0RB, United Kingdom
      Tel. +44 1202277270, Email: sureya.hart@dhft.nhs.uk, URL: http://intranet.dorsethealthcare.nhs.uk/home, URL: http://intranet.dorsethealthcare.nhs.uk/home
      Contact: Sureya Hart, Attn: Sureya Hart
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision for outsourced pharmacy supply service for Dorset
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKK2 - Dorset and Somerset         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Pharmacy services. Dorset HealthCare University NHS Foundation Trust is seeking to award a contract for outsourced pharmacy supply services for Dorset (excluding Bournemouth and Poole) to a value of £500,000 to £600,000 per annum, excluding drugs.

The resulting contract shall have a duration of three (3) years with the option to extend the contract by up to two (2) one year periods subject to satisfactory performance (the total potential length of the contract therefore being five (5) years).

Units served would include community hospitals (including those with minor injury units), prisons, an immigration centre, mental health units, community mental health teams, crisis and home treatment, community services (including contraceptive services, district nursing, podiatry, tissue viability and ambulatory intravenous therapy).

The activity for 2013/2014 was 128,538 issue lines equating to 218,209 packs.

The key driver is to improve the quality of patient care.

The procurement will comprise of the following elements:

•   Provide comprehensive clinical screening in relation to all requests for individually dispensed items. Expertise must include mental health, with knowledge to a post-graduate diploma level
•   Inpatient dispensing, including one-stop dispensing
•   Discharge dispensing services that support one-stop systems
•   Provide/fill monitored dosage system packs for patients discharged from inpatient units and for patients on long-term clozapine
•   Ward/unit/department stock replenishment
•   Dispense medication for ‘in-possession’ use for the prisons (small supplies that are packed down either as daily, weekly or monthly supplies)
•   Homecare
•   Supply systems for near-patient blood testing (clozapine)
•   Support reducing waste initiatives and provide credit for medication that is no longer required
•   Medicines Information Service (with expertise in Mental Health)
•   On-call service: supply and expert advice with regard to Trust specialities, e.g. prisons and mental health
•   Saturday morning dispensing and delivery service
•   Ability to procure medicines at NHS contract prices
•   Ability to procure pre-packs from NHS suppliers to enable the best price to be obtained.
•   Flexible and responsive
•   Transport to all units once a day (twice a day for prisons)
•   Provision of timely and accurate information with regard to activity
•   Provide a suite of standard reports and have the flexibility to provide ad-hoc reports on request.
•   Able to provide information electronically that is directly extracted from the pharmacy stock control system – to facilitate contract management and supply data to IMS (requirement for regional procurement support)
•   Be prepared to work with the Trust on e-solutions for managing medicines (including e-prescribing)

The above information summarises the scope of this procurement exercise. However, the Trust's precise requirements will be determined during the dialogue with shortlisted bidders, depending on the solutions that are put forward and other factors that may affect the Trusts' requirements (such as organisational and/or site developments) An overview of the short-listing criteria is set out in more detail in the Prequalification questionnaire (PQQ).
Potential providers must be in a position to commence business in April 2015 and be in possession of a Wholesalers Dealer’s Licence and a Home Office CD Licence.
         
      II.1.6)Common Procurement Vocabulary:
         85149000 - Pharmacy services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The main term of the contract is for 3 years with the option to extend by up to 2 years in 12 month periods subject to satisfactory performance(the potential length of the contract therefore being 5 years).                  
         Estimated value excluding VAT:
         Range between: 1,500,000 and 3,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      If it is considered appropriate by the Trust an indemnity, guarantee, bond or other form of appropriate security may be required
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Further information will be provided within the PQQ, throughout dialogue and or in the tender documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Trust reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the groupings take.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As contained within the tender documents      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      In accordance with Article 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006, as set out in the Pre Qualification Questionnaire from the address available in section 1.1      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 45 and 46 of Directive 2004/18/EC and regulation 23 of the Public Contracts Regulations 2006, as set out in the Pre Qualification Questionnaire from the address available in section 1.1
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts regulations 2006, as set out in the Pre Qualification Questionnaire      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         As detailed in the Pre Qualification Questionnaire      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: DH014      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 26/08/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 01/09/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: This process will be carried out using the Delta e-tendering portal: https://www.delta-esourcing.com/. Potential bidders wishing to Express and Interest and participate in this tender should register their company on this e-tendering portal (this is only required once).During the process you will be able to communicate with the buyer and seek any clarification.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Poole:-Pharmacy-services./3XYMAX59BG

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3XYMAX59BG
GO-2014728-PRO-5874343 TKR-2014728-PRO-5874342
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Dorset HealthCare University NHS Foundation Trust
      Sentinel House, Nuffield Industrial Estate, Nuffield Road, Poole, BH17 0RB, United Kingdom
      Tel. +44 1202277270

      VI.4.2)Lodging of appeals: The Dorset HealthCare University NHS Foundation Trust will allow a standstill period at the point the decision regarding the award of the contract is communicated to tenderers. The standstill period shall be in accordance with Regulation 32A of the Public Contracts Regulations 2006 (as amended)   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 28/07/2014

ANNEX A

View any Notice Addenda

View Award Notice