Planning

Pharmacy Provision

  • Cambridgeshire Community Services NHS Trust

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-005038

Procurement identifier (OCID): ocds-h6vhtk-043a51

Published 15 February 2024, 10:21am



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire Community Services NHS Trust

Unit 7/8, Meadow Park, St. Ives

Cambridgeshire

PE27 4LG

Contact

Jess Clark

Email

jess.clark1@nhs.net

Telephone

+44 7908249952

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.cambscommunityservices.nhs.uk/

Buyer's address

https://www.cambscommunityservices.nhs.uk/

one.3) Communication

Additional information can be obtained from the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.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

Pharmacy Provision

Reference number

PROC23-005

two.1.2) Main CPV code

  • 85149000 - Pharmacy services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this Prior Information Notice (PIN) is to alert potential suppliers to an opportunity in relation to provision of pharmacy services for Cambridgeshire Community Services (CCS). CCS are a forward-thinking and innovative NHS trust seeking a similarly innovative and enthusiastic supplier partner to collaboratively deliver high quality pharmacy services to patients across Cambridgeshire as well as Norfolk, Suffolk, Bedfordshire and Milton Keynes for some services.
The requirement is multi-faceted and notably includes:
• Supply of stock medicines for clinical services across the footprint of the Trust, including integrated Contraception and Sexual Health (iCaSH) clinics, Dental Services, Eye Services, Dynamic Health (musculoskeletal - MSK), Children and Adult Community Health Services and prison services.
• Supply of a range of pre-packed medicines and over-labelled medicines.
• Dispensing of medicines to patients. In particular, dispensing of anti-retrovirals (ARVs) for the HIV clinics, including a clinical check by a specialist pharmacist, for collection by patients from the respective HIV clinics.
• Home delivery of dispensed medicines to the patients’ home or other authorised delivery address within the UK.
• Provision of financial management, prescription activity and clinical management information monthly, or as required.
CCS presently expect the service will be best served by a single supplier partner, or consortia bid, though are keen to maximise the opportunity for competition in the best interest of patients and for potential suppliers to engage in response to this PIN with alternative approaches. As a potential alternative, CCS have included a prospective lot structure which may be used where supplier response to this PIN indicates significant additional competition via this approach:
• Lot 1 - Provision of Homecare services to HIV patients across iCaSH geography (excl. Milton Keynes)
• Lot 2 - Provision of dispensed medicines (mainly ART) and over-labelled ART packs across iCaSH geography (excl. Milton Keynes)
• Lot 3 - Provision of non-ART stock and over-labelled packs, and HIV PrEP and PEP across CCS footprint
• Lot 4 - Provision of services in Lots 2 and 3 across CCST footprint
• Lot 5 - Provision of services in Lots 1, 2 and 3 across CCST footprint
The minimum initial fixed term contract duration shall be 3 years with an optional 12 month extension period. CCS are interest to hear from potential suppliers whether a longer fixed term (e.g. 5 years) may be considered advantageous.
CCS require service commencement by the preferred bidder in April 2025 and the procurement timeline can be flexed to include an extended implementation period to enable a prospective bidder to secure relevant licensing (e.g. WDA) where required.

Suppliers are encouraged to express interest via Atamis and complete the associate RFI by 1st March 2024.

two.1.5) Estimated total value

Value excluding VAT: £39,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Provision of dispensed medicines (mainly ART) and over-labelled ART packs

Lot No

2

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

• Lot 2 - Provision of dispensed medicines (mainly ART) and over-labelled ART packs across iCaSH geography (excl. Milton Keynes)

two.2) Description

two.2.1) Title

Provision of Homecare services to HIV patients across iCaSH geography

Lot No

1

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

• Lot 1 - Provision of Homecare services to HIV patients across iCaSH geography (excl. Milton Keynes)

two.2) Description

two.2.1) Title

Provision of non-ART stock and over-labelled packs, and HIV PrEP and PEP

Lot No

3

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

Lot 3 - Provision of non-ART stock and over-labelled packs, and HIV PrEP and PEP across CCS footprint

two.2) Description

two.2.1) Title

Provision of services in Lots 1, 2 and 3 across CCST footprint

Lot No

5

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

Provision of services in Lots 1, 2 and 3 across CCST footprint

two.2) Description

two.2.1) Title

Provision of services in Lots 2 and 3 across CCST footprint

Lot No

4

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

Provision of services in Lots 2 and 3 across CCST footprint

two.3) Estimated date of publication of contract notice

15 February 2024


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

RFI Requirements - please provide a response back via Atamis to the below.
1. If CCS were to tender on basis of a sole supplier / consortia award for the requirement set out in the PIN, would your organisation bid?
a. Are there any particular factors that would support your organisation’s ability to bid e.g. extended implementation time to accommodate licensing or establishing specific premises.
2. If CCS were to split the requirement into component elements (e.g. the prospective lot structure), Would your organisation bid?
a. If so, for which lots?
b. Can you suggest any alternative lot structure that would better enable you to bid?
3. What initial fixed term contract length would be the most attractive for your organisation?
4. Please provide examples of similar contracts your organisation are already delivering.
5. Please provide any additional information or comments you feel would assist CCS to procure this requirement effectively.
6. Estimated contract value is based on a 3 + 1 + 1 contract term. Please advise and flag any queries relating to this value or term ASAP.