Section one: Contracting authority
one.1) Name and addresses
NHS SURREY HEARTLANDS INTEGRATED CARE BOARD
Dukes Court, Duke Street
Woking
GU215BH
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