Tender

Covid Medicines Delivery Unit (CMDU) Service to Somerset Integrated Care Board

  • NHS Somerset Integrated Care Board

F02: Contract notice

Notice identifier: 2025/S 000-004992

Procurement identifier (OCID): ocds-h6vhtk-04ded0

Published 13 February 2025, 4:01pm



Section one: Contracting authority

one.1) Name and addresses

NHS Somerset Integrated Care Board

Wynford House

Yeovil

BA22 8HR

Contact

Ian Weston

Email

Ian.Weston3@nhs.net

Telephone

+44 2380627444

Country

United Kingdom

Region code

UKK23 - Somerset

NHS Organisation Data Service

11X

Internet address(es)

Main address

https://health-family.force.com/s/Welcome

Buyer's address

www.nhssomerset.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-1928.my.site.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Covid Medicines Delivery Unit (CMDU) Service to Somerset Integrated Care Board

Reference number

C338990-W160439

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The service will assess all patients in the community aged 18 years and over who are identified as being at high risk of an adverse outcome from Covid and have Covid symptoms and/or a positive lateral flow test. It is expected that these patients will have been provided with a letter by NHSE or have been identified as high risk by their specialist/consultant.

The service will assess the patient and where appropriate prescribe Covid medications. Where the patient does not fit the criteria for oral medication but may be eligible for second line intravenous medication, the service will make a referral to Somerset NHS Foundation Trust (Somerset FT) via Somerset Primary Link (SPL) for consideration and treatment if appropriate.

The contract term will be for 2 years with an optional extension of any period up to 1 year.

The contract value is £110,000.00 per annum giving a contract value of £220,000.00 for the initial contract period and £330,000.00 if the full extension period is adopted.

The new service will commence on the 1st October 2025

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

NHS Somerset Integrated Care board (ICB) is seeking to secure a Prime Provider who has the capability and capacity to deliver Covid Medicines Delivery Unit (CMDU) Services to People who are registered with a GP practice in Somerset or normally resident in Somerset who:

a) have been identified by NHSE or their consultant/specialist as high risk of an adverse Covid outcome

b) have Covid symptom onset and/or a positive lateral flow test

This service is for non-hospitalised adults who meet the criteria for assessment.

To assess and prescribe oral antiviral medications for the treatment of Covid, safely and effectively for patients eligible and suitable for this treatment.

Desired Outcomes:

• The patient has access to Covid medication within 5 days of symptom onset/positive lateral flow test

• Patients assessed overnight are expected to be assessed via a remote service the next day.

If for reasons of service sickness, a patient can be delayed for 24 hours. Anything further needs to be escalated to the ICB for agreement

The service will assess all patients in the community aged 18 years and over who are identified as being at high risk of an adverse outcome from Covid and have Covid symptoms and/or a positive lateral flow test. It is expected that these patients will have been provided with a letter by NHSE or have been identified as high risk by their specialist/consultant.

The service will assess the patient and where appropriate prescribe Covid medications. Where the patient does not fit the criteria for oral medication but may be eligible for second line intravenous medication, the service will make a referral to Somerset NHS Foundation Trust (Somerset FT) via Somerset Primary Link (SPL) for consideration and treatment if appropriate.

Referrals into the service are to be triaged on the day they are received. For those referrals received within 1 hour of the service closing time, the number of days since symptom onset should be ascertained. If clinically appropriate and the 5-day threshold will not be breached, the assessment of these patients may be delayed to the next opening day.

Assessments will be conducted remotely by telephone/video call. In instances when this default approach is not appropriate, online communication or another suitable method of communication will be utilised. To ensure an inclusive service, the service will make reasonable adjustments which includes for example (but not limited to) textphone, sign language, interpreter.

Patients are to be provided with advice on steps to take should they become more unwell, and "worsening advice" should also be given to those not eligible for any Covid medication. All patients should be provided with Covid infection control advice.

This service will be provided remotely.

It will operate for a minimum of 6-days per week throughout the year including morning and afternoon provision referred to as "core hours" in this specification, except for weeks where there is a normal UK national bank holiday (Good Friday, Easter Monday, May Day, Spring Bank Holiday, Summer Bank Holiday, Christmas Day, Boxing Day, New Year's Day). During the weeks when these bank holiday dates fall, the service may operate for a minimum of 5-days per week, but must not be closed for more than 3 consecutive days. Closure dates must interface with Community Pharmacy.

The contract term will be for 2 years with an optional extension of any period up to 1 year.

The contract value is £110,000.00 per annum giving a contract value of £220,000.00 for the initial contract period and £330,000.00 if the full extension period is adopted.

The new service will commence on the 1st October 2025

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £330,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend the contract up to 12 months after the 2 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See procurement documentation for full details.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

See procurement documentation for full details.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 March 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

There must be a link to where the procurement documents can be found (if not entered as part of this notice). This must include instructions on how to submit bids (which must be by electronic means) and what information should be included in the bid. It must set out the contract award criteria (including the relative importance of the key criteria) and how the contract award criteria will be assessed, including whether the assessment will be in stages."

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

six.4) Procedures for review

six.4.1) Review body

NHS Somerset Integrated Care Board

Yeovil

BA228HR

Country

United Kingdom