Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 1698794410
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Pharmacogenomics Informed Medications Management Service
Reference number
NP34021
two.1.2) Main CPV code
- 85149000 - Pharmacy services
two.1.3) Type of contract
Services
two.1.4) Short description
This requirement is to identify an Innovation Partner who will develop an integrated Pharmacogenomics and Pharmaceutical Clinical Decision Support Service for NHS Scotland which will safely identify patients at greatest risk of harm from multiple medication and produce an efficient, safe and effective medication regime that is tailored to meet their changing needs.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85149000 - Pharmacy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
two.2.4) Description of the procurement
The Authority is procuring the provision of an integrated pharmacogenomics and pharmaceutical clinical decision support service which will safely identify patients at greatest risk of harm from multiple medication and produce an efficient, safe and effective medication regime that is tailored to meet the patient’s changing needs. The developed solution will need to comply with any and all regulatory requirements.
The solution to be developed by the tenderers should aim to provide enabling tools to implement pharmacogenetic testing and integration into electronic health records and clinical decision support systems, comprising, but not limited to:
- Pharmacogenetic panel
- Clinical decision support system that is approved and regulated in line with the medical device regulations and any subsequent requirements that may be produced for operating within the United Kingdom. Tenderers will be responsible for registering and managing the developed software as a medical device (SAMD) for the duration of the awarded framework agreement and for elements of Phase 2c of the Procurement (please see the Invitation to Tender – Introductory Information document for details of the Procurement phases) as required and deemed by the Authority (if available).
- Technology to integrate into primary and secondary care electronic health record systems, and the resource to support the integration into each of the Authority and Participating Authorities systems as outlined in the ITT and Associated Documentation.
- An education programme for the purpose of improving clinicians and pharmacists’ confidence and familiarity with pharmacogenomics and also to support public understanding and acceptance.
The Project will consist of 2 phases.
Phase 1 will consist of an appropriately powered patient trial (circa 10,000 to 20,000 patients) at Greater Glasgow and Clyde which must be delivered within 30 months or less from the award date of the contract. Phase 1 will determine the clinical and economic viability of the project.
Following completion of Phase 1 the Authority will either: terminate the agreement; extend into Phase 2 with no change to the agreement; Re-negotiate a number of points with the Innovation Partner and enter into Phase 2.
Any renegotiation of the Framework Agreement following phase 1 will be in line with Regulation 72 of The Public Contracts (Scotland) Regulations 2015.
Phase 2 is the potential widespread adoption of the service across NHS Scotland.
The Authority intends to award a framework agreement to one (1) supplier (being the successful tenderer who will become the “Contractor”), however the Authority reserves the right to award a place on the above noted framework agreement to more than one supplier.
Full details of the Service can be found within the PIMM documentation which is included in the PQQ/ITT.
two.2.5) Award criteria
Quality criterion - Name: Service Quality and Performance / Weighting: 90
Price - Weighting: 10
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
this is an Innovation Partnership Procurement
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Innovation partnership
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-029545
Section five. Award of contract
Contract No
NP34021
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
The estimated value referred to in Section II.1.5 and II.2.6 covers the sixty (60) month contract duration and the thirty (30) month extension period of the framework agreement.
(SC Ref:776973)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom