Tender

Category Management Service Provider contracts for NHS Supply Chain

NHS SUPPLY CHAIN

This public procurement record has 2 releases in its history.

TenderAmendment

20 Apr 2022 at 10:58

Tender

11 Apr 2022 at 20:30

Summary of the contracting process

The NHS Supply Chain is seeking to award contracts for Category Management Services, focusing on four defined product groups: Medical Consumables, Rehabilitation, Food, and Facilities. This procurement process, which falls under a competitive procedure with negotiation, has a contract value estimated at £196.5 million. The tender submission period will close on 1 June 2022, and successful contractors will begin around 5 July 2022, with the total contract duration extending up to 69 months, subject to performance criteria.

This tender presents significant opportunities for businesses, particularly SMEs and voluntary, community, and social enterprises, to engage with the healthcare sector in the UK. Companies that offer procurement consultancy services or have expertise in managing supply chains within healthcare settings will be well-positioned to compete. Participation may lead to sustained partnerships with NHS entities and could open further avenues in providing essential supplies and services across the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Category Management Service Provider contracts for NHS Supply Chain

Notice Description

As part of the future Target Operating Model of NHS Supply Chain, the Authority is seeking to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement will be conducted under a single procurement containing four Lots. Lot 1: Medical Consumables - Surgical Consumables and Infection Control Lot 2: Medical Consumables - Rehabilitation and Community Lot 3: Non-Medical - Food; and Lot 4: Non: Medical - Facilities (including Office Solutions) A copy of the Procurement Documentation, including the Descriptive Document, can be obtained from the eProcurement Portal as described within this Contract Notice. Each contract will be for an initial period of forty-five months (excluding the anticipated three month implementation period) and may be extended for up to an additional twenty-four months subject to achieving the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty-nine months. The Authority intends to enter into contractual arrangements under which it will be entitled to appoint Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under this contractual agreement the CMSPs will procure frameworks for the provision of supplies and/or services which it will make available for purchase by: 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity or healthcare provider (including private organisations, primary care, community settings and social care); 4) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic & Emergency Planning Programmes), and/or 5) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above. Additional information: The contracts resulting from this procurement will be executed by Supply Chain Coordination Limited ('the Authority'). The cost estimate provided an are estimate based on historical cost data and anticipated Savings, KPI and Business Objective Fees, across a sixty-nine (69) month contract term which includes extensions of up to twenty-four months. The Authority is publishing a suite of Procurement Documentation including the Descriptive Document, Selection Questionnaire Instructions, a draft of the Invitation to Submit an Initial Tender (ISIT), and the draft contract/draft contract summary (to include relevant annexes) through its eProcurement Portal with this notice. However, in accordance with the selected procurement procedure, the final form of the ISIT documents (with supporting annexes) will be issued at the appropriate point in the procurement (as defined in the Descriptive Document). Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com/ The eProcurement Portal reference number for this exercise is Project_1061. Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information through the NHS Supply Chain eProcurement Portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Applicants are encouraged to download the Supplier Handbook located within the eProcurement Portal by following the 'Supplier Help centre ' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com All communications must be made through NHS Supply Chain's eProcurement Portal at https://nhssupplychain.app.jaggaer.com/web/login.html using the Message Centre facility linked to this particular contract notice. The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract(s) by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the Procurement Documentation (including any part of it) by amendments in writing (via the eProcurement Portal), including extending the deadline for receipt of tender responses. In accordance with the Government's policies on transparency, potential providers should note that the Authority intends to publish any contract awarded Documentation on Contracts Finder, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency. The costs of participation in the procurement will be borne by each applicant.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-496fefca-1279-407e-9eac-bf08d30229ee
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/836e9332-64b6-4830-a4ed-09f08cf43557
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79418000 - Procurement consultancy services

Notice Value(s)

Tender Value
£196,500,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Apr 20223 years ago
Submission Deadline
1 Jun 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
4 Jul 2023 - 5 Jul 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 6LH
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
St George's
Westminster Constituency
Bermondsey and Old Southwark

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-496fefca-1279-407e-9eac-bf08d30229ee-2022-04-20T11:58:13+01:00",
    "date": "2022-04-20T11:58:13+01:00",
    "ocid": "ocds-b5fd17-496fefca-1279-407e-9eac-bf08d30229ee",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_303578/1059054",
        "title": "Category Management Service Provider contracts for NHS Supply Chain",
        "description": "As part of the future Target Operating Model of NHS Supply Chain, the Authority is seeking to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement will be conducted under a single procurement containing four Lots. Lot 1: Medical Consumables - Surgical Consumables and Infection Control Lot 2: Medical Consumables - Rehabilitation and Community Lot 3: Non-Medical - Food; and Lot 4: Non: Medical - Facilities (including Office Solutions) A copy of the Procurement Documentation, including the Descriptive Document, can be obtained from the eProcurement Portal as described within this Contract Notice. Each contract will be for an initial period of forty-five months (excluding the anticipated three month implementation period) and may be extended for up to an additional twenty-four months subject to achieving the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty-nine months. The Authority intends to enter into contractual arrangements under which it will be entitled to appoint Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under this contractual agreement the CMSPs will procure frameworks for the provision of supplies and/or services which it will make available for purchase by: 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity or healthcare provider (including private organisations, primary care, community settings and social care); 4) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic & Emergency Planning Programmes), and/or 5) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above. Additional information: The contracts resulting from this procurement will be executed by Supply Chain Coordination Limited ('the Authority'). The cost estimate provided an are estimate based on historical cost data and anticipated Savings, KPI and Business Objective Fees, across a sixty-nine (69) month contract term which includes extensions of up to twenty-four months. The Authority is publishing a suite of Procurement Documentation including the Descriptive Document, Selection Questionnaire Instructions, a draft of the Invitation to Submit an Initial Tender (ISIT), and the draft contract/draft contract summary (to include relevant annexes) through its eProcurement Portal with this notice. However, in accordance with the selected procurement procedure, the final form of the ISIT documents (with supporting annexes) will be issued at the appropriate point in the procurement (as defined in the Descriptive Document). Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com/ The eProcurement Portal reference number for this exercise is Project_1061. Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information through the NHS Supply Chain eProcurement Portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Applicants are encouraged to download the Supplier Handbook located within the eProcurement Portal by following the 'Supplier Help centre ' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com All communications must be made through NHS Supply Chain's eProcurement Portal at https://nhssupplychain.app.jaggaer.com/web/login.html using the Message Centre facility linked to this particular contract notice. The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract(s) by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the Procurement Documentation (including any part of it) by amendments in writing (via the eProcurement Portal), including extending the deadline for receipt of tender responses. In accordance with the Government's policies on transparency, potential providers should note that the Authority intends to publish any contract awarded Documentation on Contracts Finder, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency. The costs of participation in the procurement will be borne by each applicant.",
        "datePublished": "2022-04-11T21:30:10+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79418000",
            "description": "Procurement consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 196500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-06-01T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-07-05T00:00:00+01:00",
            "endDate": "2028-07-05T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/836e9332-64b6-4830-a4ed-09f08cf43557",
                "datePublished": "2022-04-11T21:30:10+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-04-20T11:58:13+01:00"
            },
            {
                "id": "2",
                "description": "Link to NHS Supply Chain eProcurement Portal",
                "url": "https://nhssupplychain.app.jaggaer.com/web/login.html"
            },
            {
                "id": "3",
                "description": "Link to Find a Tender Service - Contract Notice Ref:",
                "url": "https://www.find-tender.service.gov.uk/Notice/009671-2022"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-158885",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "Skipton House, 80 London Road",
                "locality": "London",
                "postalCode": "SE1 6LH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Supply Chain Coordination Limited (SCCL)",
                "email": "SCCLProcurement@supplychain.nhs.uk"
            },
            "details": {
                "url": "https://www.sccl.nhs.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-158885",
        "name": "NHS Supply Chain"
    }
}