Greater Manchester Pharmacy Logistics Supply Chain Service
A Tender Notice
by THE CHRISTIE NHS FOUNDATION TRUST
- Source
- Find a Tender
- Type
- Contract (Goods)
- Duration
- 15.5 year
- Value
- £7B
- Sector
- HEALTH
- Published
- 09 Mar 2022
- Delivery
- To 18 Jul 2037 (est.)
- Deadline
- 08 Apr 2022 11:00
Concepts
Location
North West England: North West All Trusts and sites listed in the procurement documents
10 buyers
- Christie NHS Trust Manchester
- Bolton NHS Trust Bolton
- Greater Manchester Mental Health NHS Trust Manchester
- Manchester University NHS Trust Manchester
- Pennine Care NHS Trust Ashton under Lyne
- Stockport NHS Trust Stockport
- Northern Care Alliance NHS Group Salford
- Tameside & Glossop Integrated Care NHS Trust Ashton under Lyne
- Wrightington Wigan & Leigh NHS Trust Wigan
- East Cheshire NHS Trust Macclesfield
Description
The Christie NHS Foundation Trust (“Trust”), on behalf of itself and the other NHS organisations within the Greater Manchester Provider Chief Pharmacists’ Collaborative (GMPCPC) identified within this notice, would like to invite potential suppliers to participate in a tender process for the provision of regional medicine supply chain services. The GMPCPC was tasked to improve service levels and increase medicines optimisation activities and has identified, as the most effective option, a regional supply chain model that provides medicines at pre-assembled ward level to hospitals. The Trust and Authorised Service Recipients require safe, reliable and resilient medicines supply chain Services, to drive efficiencies and streamline all logistics processes.
Total Quantity or Scope
Please see II.1.4. Short description. Additional information: All organisations listed in Section 1.2 of this notice will be entitled to receive and benefit from all supplies and services that are the subject of the contract that is intended to be awarded as a result of this procurement exercise. Other Trusts not listed in Section 1.2 will be entitled to receive and benefit from all supplies and services that are the subject of the contract that is intended to be awarded as a result of this procurement exercise should a decision be taken to expand the requirement beyond the current footprint. Other services may be added to the contract at a future date.
Renewal Options
The proposed contract is to be let for an initial term of up to 162 months (the exact period of the initial term will depend on the time taken to satisfy the Conditions Precedent and to complete the Implementation Services). There is also an option to extend the Contract by up to a further 24 months following the initial term.
CPV Codes
- 33600000 - Pharmaceutical products
- 48430000 - Inventory management software package
- 48782000 - Storage management software package
- 60112000 - Public road transport services
- 60160000 - Mail transport by road
- 63120000 - Storage and warehousing services
- 72212430 - Inventory management software development services
- 79991000 - Stock-control services
- 85149000 - Pharmacy services
Indicators
- This is a one-off contract (no recurrence)
- Renewals are available.
Other Information
The Trust will act as host organisation of the operating model, across procurement, implementation and ongoing operations. The Trust will operate a strategic Control Tower, which will be co-located at the Facility and act as intermediary between the successful Supplier and the Authorised Service Recipients. Each potential supplier will be required to identify and confirm within its bid the medicines it has access to under CMU contracts (known as Standard Stock). The successful Supplier will then be responsible for all Standard Stock medicine procurement, ownership and supply chain management. All other medicines required to fulfil Orders from Authorised Service Recipients (known as Non-Standard Stock) will be purchased on behalf of the Authorised Service Recipients by the Control Tower. Whilst the successful Supplier will not take ownership of the Non-Standard Stock, it will be required to store, pick, pack and deliver (i.e. provide supply chain management for) that Non-Standard Stock together with all Standard Stock. The value of the contract opportunity stated in this notice includes the potential cost of all Standard Stock to be provided by the successful Supplier. The successful Supplier will be responsible for all storage and management of Stock, preparation of Stock for transportation and delivery, minimisation of Stock wastage, and delivery of Stock from the Facility to the Delivery Points. The successful Supplier is required to provide an electronic inventory management system (known as the Dedicated IT) to underpin the procurement, inventory, Ordering, delivery and invoicing of Stock. Other technologies such as cumulative barcoding, GS1 and business intelligence provision are required as part of the Services. In accordance with the requirements of the Service Contract, changes to medicines regulations, developments and innovations are to be considered, anticipated and incorporated into the model over the Term. The Trust’s ambition is to build a collaborative relationship with the successful Supplier, and to create a forward thinking and intelligent structure to anticipate and satisfy the developing needs of the pharmacy services in Greater Manchester. All capitalised terms used in this short description have the meaning given to them in the procurement documents. Tenderers are strongly encouraged to consider the procurement documents in full to ensure that they are able to understand and appreciate the entire scope of the opportunity. ** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-03200d
- FTS 006515-2022