Opportunity

Pharmacogenomics Informed Medications Management Service

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

F02: Contract notice

Notice reference: 2021/S 000-029545

Published 29 November 2021, 10:24am



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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

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.1.5) Estimated total value

Value excluding VAT: £66,000,000

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.2.6) Estimated value

Value excluding VAT: £66,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

This framework includes the option to extend for up to a total period of thirty (30) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Economic operators may be excluded from this competition if they are in breach of any situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

three.1.2) Economic and financial standing

List and brief description of selection criteria

(1) All candidates will be required to provide a statement, covering three (3) previous financial years including the overall turnover of the candidate in respect of the activities which are similar type to the subject matter of the notice;

(2) All candidates will be required to provide statement of accounts or extracts relating to their business. See contract/tender documentation which incorporates the requirements of the SPD(Scotland) and the financial period of reporting is the previous three (3) years.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question 4C.1.2

Question 4C.1.2 asks for tenderers to submit two (2) examples in response to the question. For public supply and public service contracts only, Potential Innovation Partners must provide relevant examples of supplies and/or services carried out during the last three years which are similar to the activities described below:

One (1) relevant example of each of the following:

1) research and development carried out in a health and social care setting. and

2) relevant examples where an innovative product or service has been implemented,

(Examples from both public and/or private sector customers and clients may be provided).

Your response will be assessed by how well it demonstrates the following:

1) a track record, of at least one (1) relevant example of a similar solution having been developed (REQUIRED)

2) At least one example of R&D processes being completed

3) Evidence of handling and being prepared to handle sensitive patient data (REQUIRED)

4) Evidence of partnership working with others

5) Evidence of Implementation as well as Research

6) Providing evidence of knowledge of the EU regulations regarding implementation is beneficial

Each of the two examples submitted will be evaluated and each example will be scored out of 5 in reference to the scoring table included in '1PIMM SPD Bidder Instructions V1 (Final)'. Where a score for an example (out of a maximum score of 5) is 0 the Authority may exclude that tenderer from proceeding in the Procurement process. The score for the two examples will be added together to form a total score for question 4C.1.2 out of a possible 10.

SPD Question 4C.6

Question 4C.6 requires a written response as described in the SPD. The response to Question 4C.6 will be scored out of a maximum of 5, in line with the scoring table included in '1PIMM SPD Bidder Instructions V1 (Final)'. Where a score of 0 is awarded to a tenderer for the response to Question 4C.6 the Authority may exclude that tenderer from proceeding in the Procurement process.

We would expect that suppliers will have (or have processes in place to ensure that) they have appropriately qualified staff to deliver the proposed solution.

For the processing of data and results from the Pharmacological Panel, there might be a human intervention, if and where this is required, any and all personnel must be appropriately qualified – it is likely that this will be:

a UK qualified pharmacist – registered with the UK GPhC; or

a UK qualified Medical practitioner – registered with the UK GMC.

Tenderers are asked to confirm the staff that will be available for this project, including their role and their qualification. Tenderers are asked to confirm that the persons concerned will take part in regular professional appraisal

If the staff are not yet in place, tenderers are asked to describe the processes for recruitment of staff and measures taken to ensure appropriate qualifications will be in place

Tenderers are asked to state, in all cases, the educational and professional qualifications that are held by staff / roles to be filled.

SPD General Scoring Information

The total score awarded for the SPD will be calculated with reference to the following question weightings: - 70% of the total score will be calculated on the basis of the score awarded for question 4C1.2 and 30% of the total score will be calculated on the basis of the score for question awarded for question 4C.6.

The scored bids will then be ranked in total score order. The top three (3) scoring bidders will be invited to participate in Phase 2a of the Procurement. The evaluation of submissions at each stage is separate, and success at SPD stage will place all shortlisted bidders on an equal footing as they enter into Phase 2a. For the avoidance of doubt scores from the SPD stage will not be carried forward into Phase 2a.

Minimum level(s) of standards possibly required

The bidder's responses to the SPD selection criteria must be acceptable and cover the relevant selection criterion. Where a bidder's response for any SPD selection criterion is unacceptable or does not cover the relevant selection criterion, the Authority may award the bidder a score of 0 (out of a maximum score of 5) based on the scoring methodology and may exclude that tenderer from proceeding in the Procurement process.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Innovation partnership

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This Innovation partnership procurement wil result in a framework more than 5 years due the complex R&D required to produced the final arrangement. Considerable change management and review will be required to migrate to another supplier without impacting on patient outcomes

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: 2020/S 197-478564

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 January 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 February 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19929. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Framework Agreement Terms

23.1 Subject to Clause 23.2 neither Party shall be entitled to assign, novate or otherwise dispose of any or all of its rights and obligations under this Framework Agreement without the prior written consent of the other Party, neither may the Contractor subcontract the whole or any part of its obligations under this Framework Agreement except with the express prior written consent of the Authority.

23.2 The Authority shall be entitled to novate the Framework Agreement to any other body which substantially performs any of the functions that previously had been performed by the Authority.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits

- 'Community Benefits' in this framework context are contractual requirements which deliver a wider social benefit in addition to the core purpose of the contract.

Examples of Community Benefits

- Community activity – investment in buildings, resources, facilities, (new or repair), human resources

- Supporting education, learning, schools – school visits, presentations, providing resources, factory / site visits, education, training and learning

- Employment – supporting via apprentices, employing unemployed, training, skills development, supporting return to work

- Economic – support SMEs, 3rd sector / supported business indirectly, directly or via sub-contracting

- In particular, requirements which the authority is particularly interested in for this framework relate to targeted training and recruitment. The Authority is interested in opportunities for the long term unemployed, those not in education, employment or training employment, addressing barriers to employment and personal development through vocational qualifications.

Mandatory Requirement

Tenderers must agree to support the concept, provision and ongoing development of community benefits provision in relation to developing the solution. Tenderers will be asked to participate in and support a process of ongoing contract and supplier development of community benefits - including the tracking and reporting of community benefits delivered as part of this procurement and contract. This will also include the community benefit gateway that National Procurement have launched identifying projects of interest across Scotland related to health improvements and local community benefit. Further details can be found on the Public Health Scotland Community Benefits Gateway (https://www.publichealthscotland.scot/our-organisation/procurement/community-benefits-gateway/).

(SC Ref:657797)

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