By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Contract opportunity for a Pharmacy Outpatient Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Wales Procurement Services - Abertawe Bro Morgannwg University Health Board
Neath Port Talbot Hospital, Baglan Way
Contact point(s): Procurement
For the attention of: Sarah McCarthy
SA12 7BX Port Talbot
UNITED KINGDOM
Telephone: +44 1639684423
E-mail:

Internet address(es):

General address of the contracting authority: http://www.procurement.wales.nhs.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract opportunity for a Pharmacy Outpatient Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Morriston Hospital, Swansea SA6 6NL.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Abertawe Bro Morgannwg University (ABMU) Health Board are seeking to award a contract for a Pharmacy Outpatient Service within a managed contract with one service provider. The Health Board has five main sites - Morriston hospital, Singleton hospital and Cefn Coed hospital based in Swansea, Neath and Port Talbot hospital and the Princess of Wales hospital, Bridgend. All hospitals provide outpatient dispensing service and the contract will be to provide an outpatient dispensing service to all sites, from a purpose built on-site dispensary at Morriston hospital, Swansea.
The winning bidder will be required to manage and provide a service based on a set amount of medication, that have been contracted for separately via EU, at contract prices that have been pre-agreed, and the winning bidder will be responsible for managing this medication. The Health Board's Indicative drugs expenditure is circa 8 000 000 GBP per annum for Outpatients medication, and circa 16 000 000 GBP per annum for homecare medicines.
II.1.6)Common procurement vocabulary (CPV)

85149000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 3 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: 7 year primary term with the option to extend for 1 + 1 + 1 years at the Health Boards discretion.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the invitation to tender (ITT) documents. The Contracting Authority reserves the right to request a parent company and/or other guarantees of financial liability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the invitation to tender (ITT) documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None specified, save that in the case of a partnership or consortia or other groups of more than one legal entity, liability shall be joint or several. In the case of consortia, one party must act as 'prime contractor'.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the contract documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T/ABM/001/15/HJ
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
21.5.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.5.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 10 Years.
VI.2)Information about European Union funds
VI.3)Additional information

Expressions of interest to be sent to by no later than 12:00 on the 18.5.2015.

(WA Ref:25850).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful bidders and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the bidder/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules, have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.4.2015