Contract

Supply of medication for the urgent treatment of COVID-19 by community pharmacy within NHS Surrey Heartlands ICB

  • NHS SURREY HEARTLANDS INTEGRATED CARE BOARD

F03: Contract award notice

Notice identifier: 2025/S 000-013077

Procurement identifier (OCID): ocds-h6vhtk-04fd4f (view related notices)

Published 4 April 2025, 1:00pm



Section one: Contracting authority

one.1) Name and addresses

NHS SURREY HEARTLANDS INTEGRATED CARE BOARD

Dukes Court, Duke Street

Woking

GU215BH

Email

syheartlandsicb.contractsadmin@nhs.net

Country

United Kingdom

Region code

UKJ25 - West Surrey

NHS Organisation Data Service

QXU

Internet address(es)

Main address

https://www.surreyheartlands.org/nhs-surrey-heartlands-board

one.4) Type of the contracting authority

Other type

NHS

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of medication for the urgent treatment of COVID-19 by community pharmacy within NHS Surrey Heartlands ICB

two.1.2) Main CPV code

  • 85149000 - Pharmacy services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of antiviral medication through NHS community pharmacy provision within Surrey Heartlands ICB for the urgent treatment of COVID-19.

To reduce the risk of complications from and spread of COVID-19, and to optimise treatment use by providing safe access to treatment in a timely manner to avoid clinically unacceptable delays, this specialised service is provided by a limited number of community pharmacies in Surrey Heartlands.

The service is designed to cover the supply of medication following prescription of the treatment to a Surrey Heartlands patient by a clinician within the COVID medicines delivery unit. There is a requirement to start treatment quickly in line with the recommendations included in NICE TA878.

CPV Code 85149000-5 - Pharmacy services, but not including community pharmacy services that are arranged under The National Health Service (Pharmaceutical and Local Pharmaceutical Services) Regulations 2013

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £9,273.58

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Supply of medication for the urgent treatment of COVID-19 by a community pharmacy provider.

The Awarding Authority intends to award a contract to an existing provider following direct award process C for a two year term from 1st April 2025 - 31st March 2027. The value of the contract is £9273.58 over the term to include IV service on call cover over weekends and bank holidays with further funding as follows:

£52.28 per call out

£15.68 per dispensing fee

£11.50 per delivery fee

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Cost criterion - Name: See above II.2.5 / Weighting: 100

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by [Add date]. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 April 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Medwyn Pharmacy

Dorking

RH4 1SD

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
NHS Organisation Data Service

FLL03

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £9,273.58

Total value of the contract/lot: £9,273.58


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period.

Representations by providers must be made to decision makers by midnight on 16th April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to syheartlandsicb.contractsadmin@nhs.net.

The award decision-makers were members of the following forums:

Medicines Optimisation Board

Commissioning, Contracting and Commercial Committee

Executive Team

No conflicts of interest or potential conflicts of interest were noted.

Key Criteria 3 Integration, collaboration and service sustainability and Key Criteria 4 Improving access, reducing health inequalities and facilitating choice were most highly weighted for this service in consideration of the urgent nature of the requirement to obtain these medications from convenient easily accessible locations and the intrinsic collaborative nature of the service across system working.

Key Criteria 1 Quality & Innovation and Key Criteria 2 Value were considered important but this is a small, ring fenced service for which flexibility and innovation is less apparent and for which value is achieved.

Key Criteria 5 Social Value was weighted third most highly; operational practices and employment opportunities present.

The existing pharmacy contractor has consistently demonstrated adequate and sustained good delivery of services and the delivery and reporting actions required, ensuring compliance with expected standards. Their ongoing performance provides assurance regarding the continuity and reliability of future service provision.

six.4) Procedures for review

six.4.1) Review body

Surrey Heartlands ICB

Woking

GU21 5BH

Country

United Kingdom