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

Community Pharmacy Anti-coagulation Management Service

  • First published: 28 September 2018
  • Last modified: 28 September 2018

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 Brighton and Hove Clinical Commissioning Group
Authority ID:
AA72972
Publication date:
28 September 2018
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

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:
aelliott1@nhs.net
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.