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 Notice

NHS Swale CCG Community Adult Anti-Coagulation Service.

  • First published: 06 July 2016
  • Last modified: 06 July 2016

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:
NHS Swale CCG
Authority ID:
AA52372
Publication date:
06 July 2016
Deadline date:
01 August 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The aim of this service is for a lead provider to deliver Swale CCG's primary monitoring, dosing and prescribing service for patients aged 18 or over, mobile or housebound, who require warfarin anticoagulation management and are registered with a Swale CCG GP practice, in line with National Guidance.

The service will have equitable access and will ensure that patients are treated with dignity and respect, are fully informed about their care and are able to make decisions about their care in partnership with healthcare professionals.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Swale Clinical Commissioning Group

Bramblefield Clinic, Grovehurst Road, Kemsley, Kent

Sittingbourne

ME10 2ST

UK

Mr Richard Barrett

+44 3000425100

richard.barrett2@medway.gov.uk


http://www.swaleccg.nhs.uk

https://www.kentbusinessportal.org.uk

https://www.kentbusinessportal.org.uk

https://www.kentbusinessportal.org.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

NHS Swale CCG Community Adult Anti-Coagulation Service.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance



UKJ4

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

0

Duration of the framework agreement

0

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The aim of this service is for a lead provider to deliver Swale CCG's primary monitoring, dosing and prescribing service for patients aged 18 or over, mobile or housebound, who require warfarin anticoagulation management and are registered with a Swale CCG GP practice, in line with National Guidance.

The service will have equitable access and will ensure that patients are treated with dignity and respect, are fully informed about their care and are able to make decisions about their care in partnership with healthcare professionals.

II.1.6)

Common Procurement Vocabulary (CPV)

85100000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The aim of this service is for a lead provider to deliver Swale CCG's primary monitoring, dosing and prescribing service for patients aged 18 or over, mobile or housebound, who require warfarin anticoagulation management and are registered with a Swale CCG GP practice, in line with National Guidance.

The service will have equitable access and will ensure that patients are treated with dignity and respect, are fully informed about their care and are able to make decisions about their care in partnership with healthcare professionals.

The service will aim to provide patients with care close to home, preferably within their own GP surgery.

The overarching aims of this monitoring service are:

To provide standardised and clinically effective anticoagulation management to patients receiving warfarin therapy whilst minimising the risks associated with anticoagulation

To offer transfer of care from hospital to primary care clinics for appropriate patients that have received initiated loading doses and have a reading within range as per the NPSA guidance

To produce optimum management of INR control using near patient testing.

Continue to educate patients in understanding their treatment, in terms of their condition requiring warfarin, target range for INR, the effects of over and under anticoagulation, diet, lifestyle and drug interactions

To appropriately manage patients who are over anti-coagulated, and assist GP to refer to specialist services where appropriate

To maintain a register of all patients receiving warfarin and have a treatment plan for each patient that is reviewed on a regular basis

To review the need for continuation of therapy

To identify and manage appropriately patients with specific needs i.e. poor compliance, unstable INR control or frequent non attendees

To optimise care to patients receiving warfarin therapy in terms of accessibility, continuity and waiting times, including home visiting as required by patient need.

To ensure complete and accurate documentation of the clinic process and ensuring a full record of each patient's medication and treatment plan is stored both on the patient's GP record and the dispensing pharmacy of the patient's choice.

To provide each patient with a yellow book to keep a record of all anti-coagulation therapy results and dosages.

Ensure the NPSA safety alert 18 (Actions that can make anticoagulation therapy safer) March 2007 is implemented by the provider

Due to the introduction and increased uptake of NOACs the value of the contract may depreciate over the life of the contract.

The contract value stated is based on the ultimate contract term of five years consisting of an initial 36 months with the option to extend by one 24 month increment to a total contract length of 60 months.

1 371 0001 676 000
GBP

II.2.2)

Options

The contract is being let on an initial 3 year basis with the option to extend by one 24 month increment to a total length of 60 months.

Provisional timetable for recourse to these options

36

Number of possible renewals

1

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

36

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Contracting Authority reserves the right to require a performance bond, parent guarantee or other forms of undertaking to secure contractual performance.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Full Details will be included in the tender documentation, Payment will be in pounds sterling and will be made by means of electronic transfer.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Contracting Authority requires that it deals with a single legal entity, where there is more than one economic operator, the authority reserves the right to require a grouping of economic operators to take a particular single legal form and that each party undertakes joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Suppliers wishing to participate in this tender are required to register on the Kent business portal e-Tendering System. The full suite of tender documents issued will be made available for download. The authority will use the suitability questionnaire to evaluate suppliers' economic and financial standing, technical capacity and experience to ensure they meet the Authorities minimum requirements. This will include, but not be limited to; name, address, telephone number, contact details, status (sole trader, partnership, private or public company) together with the length of trading, parent or holding company details and other subsidiary companies within the group (if applicable). The responses provided in the questionnaire will enable the necessary evaluation to select contractors whose entire invitation to tender will be evaluated.

III.2.2)

Economic and financial capacity


Interested parties are required to complete the suitability questionnaire available for download. This includes submission of accounts (including holding company if applicable) details of current financial standing, name and address of bankers and insurance details. A detailed explanation of the evaluation methodology and minimum criteria to be satisfied are set out in the suitability questionnaire. A credit reference agency check will also be undertaken.



Interested parties are required to complete the suitability questionnaire available for download. This includes submission of accounts (including holding company if applicable) details of current financial standing, name and address of bankers and insurance details. A detailed explanation of the evaluation methodology and minimum criteria to be satisfied are set out in the suitability questionnaire. A credit reference agency check will also be undertaken.


III.2.3)

Technical capacity


Information and formalities necessary for evaluating if the requirements are met: Interested parties are required to complete the suitability questionnaire available for download. Within the suitability questionnaire, interested parties may be asked to evidence the following, but not limited to: 1) details of similar contracts including value and types and awarding body; 2) details of references; 3) details of commercial and technical facilities; 4) company organisation details; 5) details of quality procedures and accreditation; 6) environmental policies; 7) health and safety policies; 8) equality, diversity and other employment policies.



Minimum Standard are communicated in the tender documents.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

Yes

N/A.

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

AA8K-F9YLDF

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 01-08-2016  17:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-08-2016  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 1-7-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Medway Council is providing procurement resource to Swale Clinical Commissioning Group for this provision, The tender will commence via the Kent Business Portal, suppliers should register and look for the opportunity AA8K-F9YLDF, express interest, download and complete the documents that are available instantly and return prior to the deadline for receipt of tenders.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 01-07-2016

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



NHS Swale Clinical Commissioning Group

Bramblefield Clinic, Grovehurst Road, Kemsley, Kent

Sittingbourne

ME10 2ST

UK

Mr Richard Barrett


+44 3000425100

richard.barrett2@medway.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



NHS Swale Clinical Commissioning Group

Bramblefield Clinic, Grovehurst Road, Kemsley, Kent

Sittingbourne

ME10 2ST

UK

Mr Richard Barrett


+44 3000425100

richard.barrett2@medway.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



NHS Swale Clinical Commissioning Group

Bramblefield Clinic, Grovehurst Road, Kemsley, Kent

Sittingbourne

ME10 2ST

UK

Mr Richard Barrett


+44 3000425100

richard.barrett2@medway.gov.uk

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work 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:
richard.barrett2@medway.gov.uk
Admin contact:
richard.barrett2@medway.gov.uk
Technical contact:
N/a
Other contact:
richard.barrett2@medway.gov.uk

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.