Contract

Pharmacogenomics Informed Medications Management Service

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F03: Contract award notice

Notice identifier: 2024/S 000-028052

Procurement identifier (OCID): ocds-h6vhtk-02fad8

Published 3 September 2024, 9:54am



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

Email

cameron.wright@nhs.scot

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

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom