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

Medway CCG Community Adult Anti-Coagulation Service.

  • First published: 12 October 2015
  • Last modified: 12 October 2015

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 Medway CCG
Authority ID:
AA34036
Publication date:
12 October 2015
Deadline date:
06 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Medway CCG is looking to appoint a provider that can deliver a high quality, effective, accessible, timely, responsive, non-discriminatory cost effective community based anticoagulation therapy service that will address the health needs of the population at flexible sites, through a flexible model of delivery that significantly contributes both to improving the well-being of the population and to reducing inequalities.

The service shall:

Deliver services which are more accessible and convenient for patients, i.e. close to patient's homes, timely and easily accessible. Ensure efficient, timely and prompt communication mechanisms between the anticoagulation service and GP's; Deliver clear and appropriate treatment pathway(s) for patients, for use by referrers, and ensure patients move smoothly through the pathway by facilitating appropriate onward referral; Support the onward referral of patients into primary, secondary and tertiary services and where necessary provide electronic reports and treatment guidance. Inform referring clinicians of the need to urgently onward refer where appropriate. Deliver the right medication, right dose, right patients, right time and right route. Improved patient pathway and experience. To included but not exhaustive: Management of patient Self-management/self-monitoring Domiciliary Interoperability with acute hospitals and other community services e.g. stroke, AF. Interoperability with GPs, including recommendations on medication changes and for NOAC prescribing Management of patients receiving vitamin K antagonists at risk of under-coagulation, (result in thrombosis), and over-coagulation (result in haemorrhage) The service will comprise of a multi-disciplinary team which will have access to a suitable level of relevant clinical advice during clinic times.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Medway Clinical Commissioning Group

Fifty Pembroke Court, Chatham Maritime

Chatham

ME4 4EL

UK

Mr Richard Barrett

+44 34337402

richard.barrett2@medway.gov.uk


http://www.medwayccg.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

Medway 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



UKJ41

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

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 Medway CCG is looking to appoint a provider that can deliver a high quality, effective, accessible, timely, responsive, non-discriminatory cost effective community based anticoagulation therapy service that will address the health needs of the population at flexible sites, through a flexible model of delivery that significantly contributes both to improving the well-being of the population and to reducing inequalities.

The service shall:

Deliver services which are more accessible and convenient for patients, i.e. close to patient's homes, timely and easily accessible. Ensure efficient, timely and prompt communication mechanisms between the anticoagulation service and GP's; Deliver clear and appropriate treatment pathway(s) for patients, for use by referrers, and ensure patients move smoothly through the pathway by facilitating appropriate onward referral; Support the onward referral of patients into primary, secondary and tertiary services and where necessary provide electronic reports and treatment guidance. Inform referring clinicians of the need to urgently onward refer where appropriate. Deliver the right medication, right dose, right patients, right time and right route. Improved patient pathway and experience. To included but not exhaustive: Management of patient Self-management/self-monitoring Domiciliary Interoperability with acute hospitals and other community services e.g. stroke, AF. Interoperability with GPs, including recommendations on medication changes and for NOAC prescribing Management of patients receiving vitamin K antagonists at risk of under-coagulation, (result in thrombosis), and over-coagulation (result in haemorrhage) The service will comprise of a multi-disciplinary team which will have access to a suitable level of relevant clinical advice during clinic times.

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 Medway CCG is looking to appoint a provider that can deliver a high quality, effective, accessible, timely, responsive, non-discriminatory cost effective community based anticoagulation therapy service that will address the health needs of the population at flexible sites, through a flexible model of delivery that significantly contributes both to improving the well-being of the population and to reducing inequalities. The service shall:

Deliver services which are more accessible and convenient for patients, i.e. close to patient's homes, timely and easily accessible. Ensure efficient, timely and prompt communication mechanisms between the anticoagulation service and GP's;

Deliver clear and appropriate treatment pathway(s) for patients, for use by referrers, and ensure patients move smoothly through the pathway by facilitating appropriate onward referral;

Support the onward referral of patients into primary, secondary and tertiary services and where necessary provide electronic reports and treatment guidance. Inform referring clinicians of the need to urgently onward refer where appropriate.

Deliver the right medication, right dose, right patients, right time and right route. Improved patient pathway and experience.

To included but not exhaustive:

Management of patient Self-management/self-monitoring Domiciliary Interoperability with acute hospitals and other community services e.g. stroke, AF. Interoperability with GPs, including recommendations on medication changes and for NOAC prescribing Management of patients receiving vitamin K antagonists at risk of under-coagulation, (result in thrombosis), and over-coagulation (result in haemorrhage). The service will comprise of a multi-disciplinary team which will have access to a suitable level of relevant clinical advice during clinic times.

1 497 2501 830 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

1

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

24

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The 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 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 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


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.




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


No

Yes
Quality 70
Price 30

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

A2LU-83FCO2

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

 06-11-2015  13:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 06-11-2015  13:00

IV.3.5)

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

 6-10-2015

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



 6-11-2015  13:00

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

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

 06-10-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



NHS Medway Clinical Commissioning Group

Fifty Pembroke Court, Chatham Maritime

Chatham

ME4 4EL

UK

Mr Richard Barrett

+44 34337402

richard.barrett2@medway.gov.uk

II)

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



NHS Medway Clinical Commissioning Group

Fifty Pembroke Court, Chatham Maritime

Chatham

ME4 4EL

UK

Mr Richard Barrett

+44 34337402

richard.barrett2@medway.gov.uk

III)

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



NHS Medway Clinical Commissioning Group

Fifty Pembroke Court, Chatham Maritime

Chatham

ME4 4EL

UK

Mr Richard Barrett

+44 34337402

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.