Social and other specific services – public contracts
Contract award notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Brighton and Hove Clinical Commissioning Group
Hove Town Hall, Norton Rd
Hove
BN3 4AH
UK
Telephone: +44 1273403629
E-mail: aelliott1@nhs.net
NUTS: UKJ21
Internet address(es)
Main address: www.brightonandhoveccg.nhs.uk
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
Community Pharmacy Anti-coagulation Management Service
Reference number: NHS/SOEPS/16.271
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Brighton and Hove Clinical Commissioning Group are looking to commission a new Community Pharmacy Anti-coagulation Monitoring Service (CPAMS) from 1.6.2018. Brighton and Hove CCG are looking to work in partnership with the successful provider to develop and deliver an innovative service throughout the contract terms, which offers its patients the best possible experience and supports the cardiovascular pathway. The new service will need to be in place by 1.6.2018. This NHS standard contract will be let for an initial 3 year period, with a single option to extend for a further 2 years (3+2). The contract envelope ceiling for the initial 3 year period is 2 625 000 GBP. The activity and contract values for years 4 or 5 are unknown.
The tender documents are available with free, unrestricted access at:
https://in-tendhost.co.uk/soepscommissioning/aspx/Home.
The deadline for receipt of completed bid submissions is 12pm (midday) on Friday 19.1.2018.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 625 000.00
EUR
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ21
II.2.4) Description of the procurement
Aims
The CCG wishes to offer a clinically effective and safe, standardised anti-coagulation management service to patients receiving anti-coagulation therapy, within Brighton and Hove, offering choice and flexibility to the patient as to how and where their therapy is conducted.
The service is required to enable a cohort of eligible patients to test their own INR at home. Patients will be identified using eligibility criteria outlined in the service specification. The service will then train and assess the patients’ ability to use their own meter and read and record test their INR results. The service will manage and monitor individuals self-testing to ensure appropriate frequency of INR testing.
The service will support patient choice and refer back to primary care where a DOAC is considered as a more preferable and appropriate option at initiation (rather than warfarin) or switching to a DOAC would be clinically preferable when identified.
The service is also responsible for training of its own practitioners to the required standard to deliver the service provision of equipment and consumables, IM&T enabling read-only access for GPs. The service is responsible for ensuring consumable clinical and non-clinical equipment is stored appropriately.
The service is responsible for carrying out internal clinical audit. Should the CCG require any audit information, this will be shared with the CCG in a timely manner. The CCG will provide at least 6 weeks’ notice to the provider.
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 244-510438
Section V: Award of contract
Contract No: 1
Title: Community Pharmacy Anti-coagulation Management Service
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/04/2018
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Boots UK Ltd
Nottingham
NG2 3AA
UK
NUTS: UKF14
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:
: 2 625 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Refer to South of England Procurement Services to trigger the review process. This process can be further escalated to NHS Improvement.
36-38 Friars Walk
Lewes
BN7 2PB
UK
E-mail: aelliott1@nhs.net
Internet address(es)
URL: http://www.soeprocurement.nhs.uk/
VI.5) Date of dispatch of this notice
25/09/2018