Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Homecare Medicines Services.

  • First published: 19 August 2017
  • Last modified: 19 August 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
East Of England NHS Collaborative Hub
Authority ID:
AA24804
Publication date:
19 August 2017
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot captures low-tech homecare medicines services.

This includes, but is not limited to, provision of homecare services for the following areas:

— HIV,

— Hepatitis,

— Oral Chemotherapy,

— Immunosuppression,

— Erythropoetin Stimulating Agents (ESAs),

— Oral and Inhaled Antibiotic Products,

— Self-injectable Methotrexate,

— Self-Injectable Biologic Products for Rheumatology, Dermatology, Gastroenterology and Neurology Indications,

— Other Products requiring low-tech service.

Low-tech homecare medicines services will be as defined in the ITT documents which closely aligns to the definitions detailed in the Royal Pharmaceutical Society Professional Standards for Homecare.

In brief this can be categorised as dispense and deliver of products for self-administration including, where appropriate, supply of sharps bin and associated waste collection services.

This Framework Agreement will include, and be for the benefit of publically funded (both wholly and partially funded) entities in the United Kingdom, including Northern Ireland, Scotland, Wales and England. This will include, but is not limited to: Acute, Ambulance, Mental Health, Clinical Commissioning Groups, Health and Care Trusts, Area Teams, Local Authorities and Special Health Authorities, HSC in Northern Ireland, NHS Scotland and NHS Wales, including any successor or emerging organisations, which will include but is not limited to the emerging landscape of combined health and social care commissioners and providers. Please follow the links below to identify specific organisations:

— NHS trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

— Clinical Commissioning Groups: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

— Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

— Local Authorities: https://www.lgbce.org.uk/records-and-resources/local-authorities-in-england

— Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

— HSC in Northern Ireland: http://online.hscni.net/other-hsc-organisations

— NHS Scotland: http://www.scot.nhs.uk/organisations/

— NHS Wales: http://www.wales.nhs.uk/ourservices/directory

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1) Name and addresses

East of England NHS Collaborative Procurement Hub c/o Southend University Hospital NHS Foundation Trust

Prittlewell Chase, Southend-on-Sea

Westcliff-on-Sea

SS0 0RY

UK

E-mail: joe.bassett@eoecph.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.eoecph.bravosolution.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Homecare Medicines Services.

Reference number: 206002PH

II.1.2) Main CPV code

85149000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Framework agreement for the provision of homecare medicines services specifically to members of East of England NHS Collaborative Procurement Hub's Pharmacy Procurement Model and members of NHS Commercial Solutions.

The framework is broken into 4 lots which will cover the provision of:

— Low-tech Homecare medicines services;

— Mid-tech Homecare Medicines Services;

— High-tech Homecare Medicines Services for Antibiotic Products;

— High-tech Homecare Medicines Services.

Services are to be provided in line with the Royal Pharmaceutical Society Professional Standards for Homecare.

Estimated cost excluding VAT:

Range between 75 000 000 and 200 000 000.

This Framework Agreement will be accessible to all partly or wholly publicly funded bodies in the United Kingdom.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 200 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Low-tech Homecare Medicines Services

II.2.2) Additional CPV code(s)

85149000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Members of the East of England NHS Collaborative Procurement Hub's Pharmacy Procurement Model and members of NHS Commercial Solutions.

II.2.4) Description of the procurement

This lot captures low-tech homecare medicines services.

This includes, but is not limited to, provision of homecare services for the following areas:

— HIV,

— Hepatitis,

— Oral Chemotherapy,

— Immunosuppression,

— Erythropoetin Stimulating Agents (ESAs),

— Oral and Inhaled Antibiotic Products,

— Self-injectable Methotrexate,

— Self-Injectable Biologic Products for Rheumatology, Dermatology, Gastroenterology and Neurology Indications,

— Other Products requiring low-tech service.

Low-tech homecare medicines services will be as defined in the ITT documents which closely aligns to the definitions detailed in the Royal Pharmaceutical Society Professional Standards for Homecare.

In brief this can be categorised as dispense and deliver of products for self-administration including, where appropriate, supply of sharps bin and associated waste collection services.

This Framework Agreement will include, and be for the benefit of publically funded (both wholly and partially funded) entities in the United Kingdom, including Northern Ireland, Scotland, Wales and England. This will include, but is not limited to: Acute, Ambulance, Mental Health, Clinical Commissioning Groups, Health and Care Trusts, Area Teams, Local Authorities and Special Health Authorities, HSC in Northern Ireland, NHS Scotland and NHS Wales, including any successor or emerging organisations, which will include but is not limited to the emerging landscape of combined health and social care commissioners and providers. Please follow the links below to identify specific organisations:

— NHS trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

— Clinical Commissioning Groups: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

— Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

— Local Authorities: https://www.lgbce.org.uk/records-and-resources/local-authorities-in-england

— Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

— HSC in Northern Ireland: http://online.hscni.net/other-hsc-organisations

— NHS Scotland: http://www.scot.nhs.uk/organisations/

— NHS Wales: http://www.wales.nhs.uk/ourservices/directory

II.2.5) Award criteria

Quality criterion: General / Weighting: 18 %

Quality criterion: Prescribing and Dispensing / Weighting: 5 %

Quality criterion: Delivery / Weighting: 15 %

Quality criterion: Cold Chain / Controlled Drug / Hazardous Medicines / Weighting: 5 %

Quality criterion: Governance / Weighting: 9 %

Quality criterion: Finance / Weighting: 5 %

Quality criterion: Equipment and Ancillaries / Weighting: 2 %

Quality criterion: Prescribing and Dispensing (additional lot 1) / Weighting: 1 %

Cost criterion: Price for Evaluation / Weighting: 40 %

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Mid-tech Homecare Medicines Services

II.2.2) Additional CPV code(s)

85149000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Members of the East of England NHS Collaborative Procurement Hub Pharmacy Procurement Model and NHS Commercial Solutions. Members are primarily situated in the East of England and South East Coast.

II.2.4) Description of the procurement

This lot captures mid-tech homecare medicines services.

This includes, but is not limited to, provision of homecare services for the following areas:

— Hepatitis,

— Oral Chemotherapy,

— Self-injectable Methotrexate,

— Erythropoetin Stimulating Agents (ESAs),

— Self-Injectable Biologic Products for Rheumatology, Dermatology, Gastroenterology and Neurology Indications,

— Other Products requiring mid-tech service.

Mid-tech homecare medicines services will be as defined in the ITT documents which closely aligns to the definitions detailed in the Royal Pharmaceutical Society Professional Standards for Homecare.

In brief this can be categorised as dispense and deliver of products for self-administration including, where appropriate, supply of sharps bin and associated waste collection services as well as provision of initial patient training / competency assessment or supply of equipment e.g. refrigerator where required.

This Framework Agreement will include, and be for the benefit of publicly funded (both wholly and partially funded) entities in the United Kingdom, including Northern Ireland, Scotland, Wales and England. This will include, but is not limited to: Acute, Ambulance, Mental Health, Clinical Commissioning Groups, Health and Care Trusts, Area Teams, Local Authorities and Special Health Authorities, HSC in Northern Ireland, NHS Scotland and NHS Wales, including any successor or emerging organisations, which will include but is not limited to the emerging landscape of combined health and social care commissioners and providers. Please follow the links below to identify specific organisations:

— NHS trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

— Clinical Commissioning Groups: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

— Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

— Local Authorities: https://www.lgbce.org.uk/records-and-resources/local-authorities-in-england

— Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

— HSC in Northern Ireland: http://online.hscni.net/other-hsc-organisations

— NHS Scotland: http://www.scot.nhs.uk/organisations/

— NHS Wales: http://www.wales.nhs.uk/ourservices/directory

II.2.5) Award criteria

Quality criterion: General / Weighting: 13 %

Quality criterion: Prescribing and Dispensing / Weighting: 5 %

Quality criterion: Delivery / Weighting: 10 %

Quality criterion: Cold chain / controlled drug / hazardous medicines / Weighting: 5 %

Quality criterion: Governance / Weighting: 10 %

Quality criterion: Finance / Weighting: 5 %

Quality criterion: General (additional lot 2) / Weighting: 1 %

Quality criterion: Cold chain / controlled drug / hazardous medicines (additional Lot 2) / Weighting: 1 %

Quality criterion: Equipment and Ancillaries / Weighting: 2.5 %

Quality criterion: Clinical Services and Home Visits / Weighting: 7.5 %

Cost criterion: Dispense and Delivery Services Price for Evaluation / Weighting: 20 %

Cost criterion: Clinical Services Price for Evaluation / Weighting: 10 %

Cost criterion: Equipment Price for Evaluation / Weighting: 10 %

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

High-tech Homecare Medicines Services for Antibiotic Products

II.2.2) Additional CPV code(s)

85149000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Members of the East of England NHS Collaborative Procurement Hub Pharmacy Procurement Model and NHS Commercial Solutions. Members are primarily situated in the East of England and South East Coast.

II.2.4) Description of the procurement

This lot capture high-tech homecare medicines services for antibiotic products.

This lot includes application to, but is not limited to, the following indications and services:

— Compounded injectable antibiotic products for cystic fibrosis requiring high-tech homecare service activities,

— Compounded injectable antibiotic products for other therapeutic indications,

— Outpatient Parenteral Antibiotic Therapy (OPAT) / Early discharge,

— Admission avoidance,

— Supplementary oral or uncompounded antibiotic products.

The scope of this Lot is to reflect the current and future requirements of the Participating Authorities and includes the incorporation of new developments in the field which offer benefits to both patient experience and product / service costs. Such developments include, but are not limited to new antibiotic products brought to market, extended stability data and continuous infusions.

This Framework Agreement will include, and be for the benefit of publically funded (both wholly and partially funded) entities in the United Kingdom, including Northern Ireland, Scotland, Wales and England. This will include, but is not limited to: Acute, Ambulance, Mental Health, Clinical Commissioning Groups, Health and Care Trusts, Area Teams, Local Authorities and Special Health Authorities, HSC in Northern Ireland, NHS Scotland and NHS Wales, including any successor or emerging organisations, which will include but is not limited to the emerging landscape of combined health and social care commissioners and providers. Please follow the links below to identify specific organisations:

— NHS trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

— Clinical Commissioning Groups: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

— Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

— Local Authorities: https://www.lgbce.org.uk/records-and-resources/local-authorities-in-england

— Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

— HSC in Northern Ireland: http://online.hscni.net/other-hsc-organisations

— NHS Scotland: http://www.scot.nhs.uk/organisations/

— NHS Wales: http://www.wales.nhs.uk/ourservices/directory

II.2.5) Award criteria

Quality criterion: General / Weighting: 10 %

Quality criterion: Prescribing and Dispensing / Weighting: 3 %

Quality criterion: Delivery / Weighting: 10 %

Quality criterion: Cold Chain / Controlled Drug / Hazardous Medicines / Weighting: 4 %

Quality criterion: Governance / Weighting: 10 %

Quality criterion: Finance / Weighting: 3 %

Quality criterion: Lot Specific Questions (too many categories to list in OJEU form) / Weighting: 20 %

Cost criterion: Evaluation Scenario 1 / Weighting: 4 %

Cost criterion: Evaluation Scenario 2 / Weighting: 4 %

Cost criterion: Evaluation Scenario 3 / Weighting: 4 %

Cost criterion: Evaluation Scenario 4 / Weighting: 4 %

Cost criterion: Evaluation Scenario 5 / Weighting: 4 %

Cost criterion: Evaluation Scenario 6 / Weighting: 4 %

Cost criterion: Evaluation Scenario 7 / Weighting: 4 %

Cost criterion: Evaluation Scenario 8 / Weighting: 4 %

Cost criterion: Evaluation Scenario 9 / Weighting: 4 %

Cost criterion: Evaluation Scenario 10 / Weighting: 4 %

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

High-Tech Homecare Medicines Services

II.2.2) Additional CPV code(s)

85149000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Members of the East of England NHS Collaborative Procurement Hub Pharmacy Procurement Model and NHS Commercial Solutions. Members are primarily situated in the East of England and South East Coast.

II.2.4) Description of the procurement

This lot, Lot 4 (High-tech homecare medicines services), of the East of England NHS Collaborative Procurement Hub framework agreement for the provision of homecare medicines services captures high-tech homecare services, as defined in the core specification. Services procured under this lot will typically be, but are not limited to:

— Services where nurse administration is required to be undertaken by the Contractor

and/or

— Services which include provision of aseptic compounded of products.

This lot is for further competition only and provides a framework for Purchasing Authorities to establish bespoke high-tech homecare services.

This Framework Agreement will include, and be for the benefit of publicly funded (both wholly and partially funded) entities in the United Kingdom, including Northern Ireland, Scotland, Wales and England. This will include, but is not limited to: Acute, Ambulance, Mental Health, Clinical Commissioning Groups, Health and Care Trusts, Area Teams, Local Authorities and Special Health Authorities, HSC in Northern Ireland, NHS Scotland and NHS Wales, including any successor or emerging organisations, which will include but is not limited to the emerging landscape of combined health and social care commissioners and providers. Please follow the links below to identify specific organisations:

— NHS trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

— Clinical Commissioning Groups: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

— Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

— Local Authorities: https://www.lgbce.org.uk/records-and-resources/local-authorities-in-england

— Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

— HSC in Northern Ireland: http://online.hscni.net/other-hsc-organisations

— NHS Scotland: http://www.scot.nhs.uk/organisations/

— NHS Wales: http://www.wales.nhs.uk/ourservices/directory

II.2.5) Award criteria

Quality criterion: General / Weighting: 10 %

Quality criterion: Prescribing and Dispensing / Weighting: 3 %

Quality criterion: Delivery / Weighting: 10 %

Quality criterion: Cold Chain / Controlled Drug / Hazardous Medicines / Weighting: 4 %

Quality criterion: Governance / Weighting: 10 %

Quality criterion: Finance / Weighting: 3 %

Quality criterion: Lot specific (categories exceed max OJEU can capture) / Weighting: 20 %

Cost criterion: Core Service / Weighting: 14 %

Cost criterion: Clinical visits / Weighting: 13 %

Cost criterion: Equipment / Weighting: 13 %

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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

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:

2017/S 044-080597

Section V: Award of contract

Lot No: 1

Title: Low-tech homecare medicines services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2017

V.2.2) Information about tenders

Number of tenders received: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alcura UK Limited

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Baxter Healthcare Ltd

Thetford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fairview Health Ltd

Edgware

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fresenius Medical Care UK Ltd

Sutton-in-Ashfield

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Healthcare at Home Limited

Burton upon Trent

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

HealthNet Homecare Limited

Worcester

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LloydsPharmacy Clinical Homecare

Coventry

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Nexcape Pharmaceuticals Limited

Welwyn Garden City

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

One Stop Pharmacy Ltd

Wolverhampton

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pearl Chemist Ltd

London

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Smarta Healthcare Ltd

Bedford

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Total Medication Management Services Limited T/A Biodose Services

Featherstone

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Polar Speed Distribution Ltd

Leighton Buzzard

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Mid-tech Homecare Medicines Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2017

V.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alcura UK Limited

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Baxter Healthcare Ltd

Thetford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Healthcare at Home Limited

Burton upon Trent

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

HealthNet Homecare Limited

Worcester

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LloydsPharmacy Clinical Homecare

Coventry

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

One Stop Pharmacy Ltd

Wolverhampton

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Total Medication Management Services Limited T/A Biodose Services

Featherstone

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Polar Speed Distribution Ltd

Leighton Buzzard

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 25 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: High-tech Homecare Medicines Services for Antibiotic Products

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2017

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Baxter Healthcare Ltd

Thetford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Calea UK Limited

Runcorn

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Healthcare at Home Limited

Burton upon Trent

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

HealthNet Homecare Limited

Worcester

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LloydsPharmacy Clinical Homecare

Coventry

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pharmaxo Pharmacy Services Limited

Corsham

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: High-tech Homecare Medicines Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2017

V.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alcura UK Limited

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

B. Braun Medical Limited

Sheffield

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Baxter Healthcare Ltd

Thetford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Calea UK Limited

Runcorn

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Healthcare at Home Limited

Burton upon Trent

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

HealthNet Homecare Limited

Worcester

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LloydsPharmacy Clinical Homecare

Coventry

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pharmaxo Pharmacy Services Limited

Corsham

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 25 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

East of England NHS Collaborative Procurement Hub c/o Southed University Hospital NHS Foundation Trust

Prittlewell Chase, Southend-on-Sea

Westcliff-on-Sea

SS0 0RY

UK

VI.4.2) Body responsible for mediation procedures

The NHS Litigation Authority

151 Buckingham Palace Road

London

SW1 9SZ

UK

VI.4.4) Service from which information about the review procedure may be obtained

East of England NHS Collaborative Procurement Hub c/o Southed University Hospital NHS Foundation Trust

Prittlewell Chase, Southend-on-Sea

Westcliff-on-Sea

SS0 0RY

UK

VI.5) Date of dispatch of this notice

17/08/2017

Coding

Commodity categories

ID Title Parent category
85149000 Pharmacy services Miscellaneous health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
joe.bassett@eoecph.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.