Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Procurement and Logistics Service
77 Boucher Crescent
Belfast
BT12 6HU
UK
E-mail: pdrandops.sourcing@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
UK
E-mail: pdrandops.sourcing@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
UK
E-mail: pdrandops.sourcing@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
UK
E-mail: pdrandops.sourcing@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
UK
E-mail: pdrandops.sourcing@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
UK
E-mail: pdrandops.sourcing@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Medicinal Products and Pharma Funded Homecare [5749446]
Reference number: 5749446
II.1.2) Main CPV code
33600000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Medicinal Products and Pharma Funded Homecare
II.1.5) Estimated total value
Value excluding VAT:
1 195 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Medicinal Products - Direct to Trust
II.2.2) Additional CPV code(s)
85312200
85141210
II.2.3) Place of performance
NUTS code:
UKN
UKN0
II.2.4) Description of the procurement
Medicinal Products and Pharma Funded Homecare
II.2.5) Award criteria
Criteria below:
Quality criterion: Compliance with Specification
/ Weighting: 25
Quality criterion: Compliance with licensing requirements
/ Weighting: 25
Cost criterion: Nominal score for completion of Pricing Schedule
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
597 750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
As detailed in the Tender documentation
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
As detailed in the tender documentation
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.2.14) Additional information
The value stated at section II.2.6 is the maximum value attributable to Lot 1. It is expected,based. on current spend, the annual value will be £72.5m. The figure in II.2.6 reflects the. potential spend across the maximum term of the. framework, including all extension options. and provides for a potential increase in spend of 50% in anticipation of potential price.. increases, expansion of product ranges and increased demand during the framework term.
Lot No: 2
II.2.1) Title
Medicinal Products - with Pharma Funded Homecare Services
II.2.2) Additional CPV code(s)
85312200
85141210
II.2.3) Place of performance
NUTS code:
UKN
UKN0
II.2.4) Description of the procurement
Medicinal Products and Pharma Funded Homecare
II.2.5) Award criteria
Criteria below:
Quality criterion: Compliance with Specification
/ Weighting: 25
Quality criterion: Compliance with licensing requirements
/ Weighting: 25
Cost criterion: Nominal score for completion of Pricing Schedule
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
597 750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
As detailed in the Tender documentation
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
As detailed in the Tender documentation
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.2.14) Additional information
The value stated at section II.2.6 is the maximum value attributable to Lot 2. It is expected,. based. on current spend, the annual value will be £72.5m. The figure in II.2.6 reflects the. potential spend across the maximum term of the. framework, including all extension options. and provides for a potential increase in spend of 50% in anticipation of potential price.. increases, expansion of product ranges and increased demand during the framework term.
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 detailed in the Tender documentation
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) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the Tender documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 25
IV.1.8) Information about 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:
2024/S 000-035856
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2025
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/09/2025
IV.2.7) Conditions for opening of tenders
Date:
24/02/2025
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
The value in section II.1.5 is the maximum value attributable to the overall Framework. It is. expected, based on current spend, the annual value will be £145m. The figure in II.1.5 reflects. the potential spend across the maximum term of the framework, including all extension. options and provides for a potential increase in spend of 50% in anticipation of potential. price increases, expansion of product ranges and increased demand during the framework. term. . . In Section I.2), it is stated that this procurement is a joint procedure and contract. award is by a central purchasing body. This contract is not a joint contract, it is a central. purchasing body contract operated by the. Business Services Organisation, Procurement. and Logistics Service on behalf of the participants listed in I.1.
VI.4) Procedures for review
VI.4.1) Review body
Business Services Organisation, Procurement and Logistics Service
Belfast
UK
VI.5) Date of dispatch of this notice
24/01/2025