Tender

NHS NSS Warehouse Management System

THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")

This public procurement record has 1 release in its history.

Tender

30 May 2018 at 00:00

Summary of the contracting process

The Common Services Agency, also known as NHS National Services Scotland, is seeking to procure a Warehouse Management System for their National Distribution Centre located in Larkhall, Scotland. This tender is part of the services category, with a total value of £1.3 million. Currently in the Tender phase, the submission deadline for responses is set for 4th July 2018. Bidders should prepare their proposals electronically, adhering to the guidelines available on Public Contracts Scotland.

This tender presents a significant opportunity for businesses involved in technology and supply chain management, particularly those with expertise in warehouse management systems and integration with healthcare delivery systems. Companies capable of demonstrating relevant experience, such as a minimum annual turnover of £1 million over the last two years and the necessary technical qualifications, would be well-positioned to compete for this contract. With a growing need for efficient distribution solutions in the healthcare sector, successful bidders may find avenues for long-term growth and potential future contracts in an expanding market.

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

NHS NSS Warehouse Management System

Notice Description

We wish to procure a warehouse management system for our NHS Scotland National Distribution Centre based in Larkhall, Scotland. The warehouse operates on a 24x6 basis moving to a 24x7 basis in the future and is responsible for the just-in-time delivery of hospital consumable items direct to ward and primary care locations throughout Scotland. We currently process on average 20,000 order lines per day (200,000 items) across c9,500 SKU's and have approximately 10,000 end user destinations. The system must have full barcode / RDT scanning functionality covering all aspects of warehouse management from Yard, Goods In, Replenishment, Picking and Shipping as well as associated Inventory Management and KPI dashboard reporting. The ability to seamlessly integrate with Health Board electronic order placement and supplier delivery systems is critical. Bidders will be shortlisted to receive the ITT on the basis of their response to the ESPD document downloadable from this notice.

Lot Information

Lot 1

We wish to procure a warehouse management system for our NHS Scotland National Distribution Centre based in Larkhall, Scotland. The warehouse operates on a 24x6 basis moving to a 24x7 basis in the future and is responsible for the just-in-time delivery of hospital consumable items direct to ward and primary care locations throughout Scotland. We currently process on average 20,000 order lines per day (200,000 items) across c9,500 SKU's and have approximately 10,000 end user destinations. The system must have full barcode / RDT scanning functionality covering all aspects of warehouse management from Yard, Goods In, Replenishment, Picking and Shipping as well as associated Inventory Management and KPI dashboard reporting. The ability to seamlessly integrate with Health Board electronic order placement and supplier delivery systems is critical. Responses to the ESPD should be emailed to mark.salveta@nhs.net by the 4th July 2018.

Options: The ITT documents will describe possible future functionality that may be required at a later date.

Renewal: The initial 7 years may be extended to 10 years with each additional year after 7 being optional

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000544283
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320675
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£1,300,000 £1M-£10M
Lots Value
£1,300,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 May 20187 years ago
Submission Deadline
4 Jul 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
Contact Name
Not specified
Contact Email
Not specified
Contact Phone
+44 1698794410

Buyer Location

Locality
EDINBURGH
Postcode
EH12 9EB
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
Drum Brae/Gyle
Westminster Constituency
Edinburgh South West

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320675&idx=1
    1st June 2018 - Please email your response to this document by noon on the 4th July 2018 to mark.salveta@nhs.net
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320675
    NHS NSS Warehouse Management System - We wish to procure a warehouse management system for our NHS Scotland National Distribution Centre based in Larkhall, Scotland. The warehouse operates on a 24x6 basis moving to a 24x7 basis in the future and is responsible for the just-in-time delivery of hospital consumable items direct to ward and primary care locations throughout Scotland. We currently process on average 20,000 order lines per day (200,000 items) across c9,500 SKU's and have approximately 10,000 end user destinations. The system must have full barcode / RDT scanning functionality covering all aspects of warehouse management from Yard, Goods In, Replenishment, Picking and Shipping as well as associated Inventory Management and KPI dashboard reporting. The ability to seamlessly integrate with Health Board electronic order placement and supplier delivery systems is critical. Bidders will be shortlisted to receive the ITT on the basis of their response to the ESPD document downloadable from this notice.

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-r6ebe6-0000544283-2018-05-30T00:00:00Z",
    "date": "2018-05-30T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000544283",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
            },
            "address": {
                "streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "telephone": "+44 1698794410",
                "url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
            },
            "roles": [
                "reviewBody",
                "buyer",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
        "id": "org-9"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000544283",
        "title": "NHS NSS Warehouse Management System",
        "description": "We wish to procure a warehouse management system for our NHS Scotland National Distribution Centre based in Larkhall, Scotland. The warehouse operates on a 24x6 basis moving to a 24x7 basis in the future and is responsible for the just-in-time delivery of hospital consumable items direct to ward and primary care locations throughout Scotland. We currently process on average 20,000 order lines per day (200,000 items) across c9,500 SKU's and have approximately 10,000 end user destinations. The system must have full barcode / RDT scanning functionality covering all aspects of warehouse management from Yard, Goods In, Replenishment, Picking and Shipping as well as associated Inventory Management and KPI dashboard reporting. The ability to seamlessly integrate with Health Board electronic order placement and supplier delivery systems is critical. Bidders will be shortlisted to receive the ITT on the basis of their response to the ESPD document downloadable from this notice.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1300000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-07-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN320675",
                "documentType": "contractNotice",
                "title": "NHS NSS Warehouse Management System",
                "description": "We wish to procure a warehouse management system for our NHS Scotland National Distribution Centre based in Larkhall, Scotland. The warehouse operates on a 24x6 basis moving to a 24x7 basis in the future and is responsible for the just-in-time delivery of hospital consumable items direct to ward and primary care locations throughout Scotland. We currently process on average 20,000 order lines per day (200,000 items) across c9,500 SKU's and have approximately 10,000 end user destinations. The system must have full barcode / RDT scanning functionality covering all aspects of warehouse management from Yard, Goods In, Replenishment, Picking and Shipping as well as associated Inventory Management and KPI dashboard reporting. The ability to seamlessly integrate with Health Board electronic order placement and supplier delivery systems is critical. Bidders will be shortlisted to receive the ITT on the basis of their response to the ESPD document downloadable from this notice.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320675",
                "format": "text/html"
            },
            {
                "id": "JUN320675-1",
                "title": "Please email your response to this document by noon on the 4th July 2018 to mark.salveta@nhs.net",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320675&idx=1",
                "datePublished": "2018-06-01T11:10:13Z",
                "dateModified": "2018-06-01T11:10:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "We wish to procure a warehouse management system for our NHS Scotland National Distribution Centre based in Larkhall, Scotland. The warehouse operates on a 24x6 basis moving to a 24x7 basis in the future and is responsible for the just-in-time delivery of hospital consumable items direct to ward and primary care locations throughout Scotland. We currently process on average 20,000 order lines per day (200,000 items) across c9,500 SKU's and have approximately 10,000 end user destinations. The system must have full barcode / RDT scanning functionality covering all aspects of warehouse management from Yard, Goods In, Replenishment, Picking and Shipping as well as associated Inventory Management and KPI dashboard reporting. The ability to seamlessly integrate with Health Board electronic order placement and supplier delivery systems is critical. Responses to the ESPD should be emailed to mark.salveta@nhs.net by the 4th July 2018.",
                "status": "active",
                "value": {
                    "amount": 1300000,
                    "currency": "GBP"
                },
                "options": {
                    "description": "The ITT documents will describe possible future functionality that may be required at a later date."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "description": "As per the ESPD response and scoring"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial 7 years may be extended to 10 years with each additional year after 7 being optional"
                }
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2018-07-09T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: ESPD Q.4B.1.1 Bidders will be required to have a minimum 'general' yearly turnover of GBP 1 000 000 for the last2 years: Please provide annual accounts for the relevant 2 years. ESPD Q.4B.5.1 Please provide evidence of insurance levels listed below. Minimum level(s) of standards possibly required: ESPD Q.4B.1.1 Suppliers must demonstrate the following financial capacity over the last 2 years: Turnover ofGBP 1 000 000 per annum over last 2 financial years. Q.4B.5.1. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commenceofany subsequently awarded contract, the types and levels of insurance indicated below: Employers liability insurance: GBP 5 000 000; Public liability insurance: GBP 1 000 000; Professional indemnity insurance: GBP 1 000 000;"
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: 4C.1.2 Please provide details of three relevant examples of services carried out during the last 3 years as specified in the contract notice. Weighing 60 % as per scoring model below. 4.C.2 Bidders will be required to confirm details of the technicians or technical bodies such as ISO or equivalent who they can call upon, especially those responsible for quality control. Weighting 10 % as per scoring model below. 4.C.6 Professional qualifications held by the service provider or the contractor itself such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the services outlined in the contract notice. Weighing 20 % as per scoring model below. 4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years. Weighing 10 %as per scoring model below score meaning. 0 Unacceptable as determined by: no response or no information provided in response to the question where there is a requirement to provide a response or information; and/or a response which demonstrates a significant misunderstanding of the question; and/or a response which demonstrates no relevant experience in terms of scale, complexity, scope and match to proposed service characteristics; and/or a response which does not demonstrate capacity and capability (in terms of resources and appropriately qualified and experienced personnel). 1 Weak as determined by: a response which provides minimum information in response to the question; and/or a response which demonstrates minimum relevant experience in terms of scale, complexity, scope and match to proposed service characteristics; and/or a response which fails to satisfactorily answer the question;and/or a response which demonstrates limited capacity and capability (in terms of resources and appropriately qualified and experienced personnel) to deliver requirement. 3 Fair as determined by: a response which provides the majority but not all of the information requested; and/or reasonable evidence of relevant experience in terms of scale, complexity, scope and match to proposed service characteristics indicated in the response; and/or a response which demonstrates reasonable capacity and capability (in terms of resources and appropriately qualified and experience personnel). 5 Good as determined by: a response which meets all aspects of the question and provides all information requested; and/or a response which is comprehensive, unambiguous and demonstrates adequate and complete evidence of experience in terms of scale, complexity, scope and match to proposed service characteristics and adequate capacity and capability. Scoring table. Criteria weighting % Score total score available. 4.B Financial standing (0, 1, 3, 5) Yes/No. 4C.1.2 References 60 300. 4.C.2 Quality control / ISO 10 50. 4.C.6 Qualifications 20 100. 4.C.8.1 Staff numbers 10 50. 4.C.10 Sub-contract not scored. Total: 100 % 500."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-10-26T00:00:00Z"
            }
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2015/S 121-220861"
        }
    ],
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=544283. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:544283)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544283"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}