web-banner-marketing2

Market Leads & Opportunities

United Kingdom-LEATHERHEAD: Pharmacy Robots, Inventory Management Systems, Assets, and Associated Services

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-028749/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Surrey And Borders Partnership Nhs Foundation Trust on behalf of NHS Commercial Soultions
Postal address: Third Floor, Leatherhead House, Station Road, Leatherhead, Surrey
Town: LEATHERHEAD
Postal code: KT22 7FG
Country: United Kingdom
Contact Person: Monjur Elahi
Telephone: +44 1306646820
Email: monjur.elahi@nhs.net
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Pharmacy Robots, Inventory Management Systems, Assets, and Associated Services

Reference number: 5103-4466
II.1.2) Main CPV code: 48400000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: i. Lot 1: An inventory management system (IMS) should provide the Client with visibility of the inventory as it enters, moves around the site and is used by the Client, to maintain agile stock levels, i.e., a balance of inventory that allows the hospital to operate at its most efficient whilst mitigating risk to services, flexing par levels to meet seasonal and demographic trends.
ii. Lot 2: Medical Equipment Database- The system will allow tracking and management of a medical device during its lifespan. Ideally a Medical equipment database software will have the ability to deliver a wealth of data in a continuous feedback loop which can then be used for equipment optimisation and performance improvement.
iii. Lot 3: Asset tracking and Management System – The system will allow tracking and management of any assets belonging to an organisation It will provide real-time location and keep track of inventory that is helpful in minimizing inventory theft, inventory misplacement which means the inventory is updated all the time.
iv. Lot 4: Pharmacy Robots – Pharmacy robots automate the management and distribution process of pharmaceutical items to be dispensed in a more efficient manner in a pharmacy environment. The Robot will automate medication dispensing, sorting, packaging, and retrieval.
v. Lot 5: Records and Storage Management System -The service providers under this lots will offer both physical and digital Records and Storage Management System.
vi. Lot 6: Bespoke Services – could be a combination of the services from Lot 1, 2 3, 4, 5 and associated services for hosting/facilitating these services.
II.1.5) Estimated total value:
Value excluding VAT: 200000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: i. Lot 1: An inventory management system (IMS)

Lot No:1
II.2.2) Additional CPV code(s)
48420000, 48430000, 48460000, 48600000, 48800000, 48900000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
should provide the Client with visibility of the inventory as it enters, moves around the site and is used by the Client, to maintain agile stock levels, i.e., a balance of inventory that allows the hospital to operate at its most efficient whilst mitigating risk to services, flexing par levels to meet seasonal and demographic trends.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Lot 2: Medical Equipment Database

Lot No:2
II.2.2) Additional CPV code(s)
48420000, 48430000, 48600000, 48700000, 48800000, 48900000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The system will allow tracking and management of a medical device during its lifespan. Ideally a Medical equipment database software will have the ability to deliver a wealth of data in a continuous feedback loop which can then be used for equipment optimisation and performance improvement.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 30000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Lot 3: Asset tracking and Management System

Lot No:3
II.2.2) Additional CPV code(s)
48420000, 48430000, 48440000, 48460000, 48600000, 48700000, 48800000, 48900000, 72300000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The system will allow tracking and management of any assets belonging to an organisation It will provide real-time location and keep track of inventory that is helpful in minimizing inventory theft, inventory misplacement which means the inventory is updated all the time.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 4: Pharmacy Robots

Lot No:4
II.2.2) Additional CPV code(s)
48420000, 48430000, 48460000, 48600000, 48700000, 48800000, 48900000, 72300000, 72500000, 72700000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Pharmacy robots automate the management and distribution process of pharmaceutical items to be dispensed in a more efficient manner in a pharmacy environment. The Robot will automate medication dispensing, sorting, packaging, and retrieval.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 45000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Lot 5: Records and Storage Management System

Lot No:5
II.2.2) Additional CPV code(s)
48160000, 48328000, 48329000, 48331000, 48332000, 48333000, 48420000, 48430000, 48600000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The service providers under this lots will offer both physical and digital Records and Storage Management System.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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
II.2.1) Title: Lot 6: Bespoke Services

Lot No:6
II.2.2) Additional CPV code(s)
48100000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
could be a combination of the services from Lot 1, 2 3, 4, 5 and associated services for hosting/facilitating these services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 20000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: 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

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:As specified in the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Subject to approval from the Contracting Authority, the following Contracting Authorities are entitled to place Orders:
All NHS and Public Sector organisations within the UK (each a “Contracting Authority”). And
The public sector bodies to whom the framework agreement will be open include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs
Organisations providing public goods and governmental services funded by the local or central Govt or both, such as the military, Law enforcement, infrastructure (public roads, bridges, tunnels, water supply, sewers, electrical grids, telecommunications, etc.), public transit, public education, along with health care and those working for the government itself, such as elected officials.
The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:

Clinical Commissioning Groups:
AreaTeams
Special Health Authorities:

NHS Improvement:
Department of Health:
Arm’s Length Bodies:
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

NHS England:
Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services: a) who are a party to any of the following contracts: – General Medical Services (GMS) – Personal Medical Services (PMS) – Alternative Provider Medical Services (APMS) and/or b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services – GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:
NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales:
NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at:
Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies:
Social Enterprise UK:
(See )
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Participating Authorities for the purposes of this Framework Agreement.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-12-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Please log on to using your existing log on credential or by creating a new log on.
Register your interest for PQQ_1099
A detailed guidance are provided once you have logged on.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions
Town: Leatherhead
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision.
The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice:2021-11-17