Section one: Contracting authority
one.1) Name and addresses
NHS South East London Integrated Care Board
Southwark Coucil 160 Tooley Street
London
SE1 2QH
Contact
Kieran James Paterson
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
https://www.selondonics.org/icb
Buyer's address
https://www.selondonics.org/icb
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
Greenwich Community Anticoagulation (Warfarin) Service
Reference number
PRJ2071
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS South East London (SEL) Integrated Care Board (ICB) (hereafter referred to as the "The Relevant Authority"), invites Providers to submit Expressions of Interest (EOI) for the delivery of the Community Anticoagulation Service (Warfarin only) in the Royal London Borough of Greenwich.
The service will be closer to patients' homes, using less invasive point-of-care testing. This allows a one-stop service including initiation, monitoring and optimisation of warfarin treatment for patients who are registered with a Greenwich GP Practice. The service must be delivered at a site within the Royal London Borough of Greenwich, or at the patient's home (if they are housebound). This community service aims to release the pressure of Queen Elizabeth Hospital anticoagulation clinic so that the hospital service is reserved for managing complex patients who require the multidisciplinary discussion between different specialists. The point-of-care test (using a finger pricking device) will reduce the burden on pathology laboratory for processing venous sample and improve patient experience with less venepuncture.
Warfarin has a narrow therapeutic window, and is affected by dietary intake of food and alcohol, as well as other medication. It is considered as a high risk medication. Patients who are on warfarin require regular blood test monitoring to ensure the international normalised ratio (INR) is within therapeutic range. Out of range INR leads to complications such as bleeding or blood clots. Providers involved in delivery of the service require additional training and have their competency signed off to meet the requirement of their role. Providers must be adequately trained to provide effective education and support to patients and carers. Providers must also ensure that there is a mechanism for ongoing continued professional development for all professionals involved in an anticoagulation service.
In order to provide a high quality and safe care to patients who are on warfarin, Providers will need to have robust governance and quality mechanisms put in place, including subscription to computer clinical decision support software (CDSS), access to a point-of-care testing device such as Coagucheck® and register with an external quality assurance scheme such as the UK National External Quality Assessment Service (NEQAS), therefore Providers are expected to receive adequate tariff to reimburse for their service.
This is a cost and volume contract, with no minimum activity guarantee.
Tariffs:
£60 for a new patient warfarin initiation appointment
£30 per INR monitoring appointment
£15 supplement for home visits
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
Main site or place of performance
Greenwich
two.2.4) Description of the procurement
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 (PCR) 2015 do not apply to this award.
Under the Provider Selection Regime (PSR) Regulations 2023, Relevant Authorities following the Most Suitable Provider Process must issue the following publication in advance:
Communicating Decisions (Notice of Intention to Follow Most Suitable Provider – PIN FO1).
The Relevant Authority, is intending to follow the Most Suitable Provider Process to award this contract. The award decision will be made and ratified by the Greenwich Joint Commissioning Board (JCB).
The Relevant Authority will only proceed to assess suitable Providers at least 14 days after the day on which this notice of intention is submitted for publication. Providers who wish to be assessed under this process must respond to the requirements on the e-tendering portal (Atamis - Health Family) by the stated submission deadline.
two.2.14) Additional information
Interested organisations can submit an Expression of Interest (EOI) via the Atamis e-tendering portal. This must be completed by the submission deadline stated in the attached documentation on the e-tendering portal.
Providers will need to register on Atamis if they have not done so already. This can be done by clicking the link below:
https://health-family.force.com/s/Welcome
two.3) Estimated date of publication of contract notice
1 October 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: Yes