Contract

PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service

  • NHS South East London Integrated Care Board

F03: Contract award notice

Notice identifier: 2024/S 000-036693

Procurement identifier (OCID): ocds-h6vhtk-048ab5

Published 13 November 2024, 11:21am



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

Email

kieran.james-paterson@nhs.net

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.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

PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service - Intention to Award Notice

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: £60,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI5 - Outer London – East and North East

two.2.4) Description of the procurement

The notice relates to the Authority's procurement of the Greenwich Community Anticoagulation Service. The service is an existing healthcare service and will be provided by a mix of existing and new Providers.

A previous notice inviting registrations was issued at the following link: https://www.find-tender.service.gov.uk/Notice/025727-2024

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 Authority intends to award the contract under the Most Suitable Provider (MSP) Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 10).

The contract will start on the 1st of February 2025 and run for a period of 3 years until 31st of January 2028, with a further extension option of up to 2 years to 31st of January 2030 at the sole discretion of the Authority.

There is no indicative annual value of the proposed contract as this is a cost and volume contract, with no minimum activity guarantee. The estimated amount payable for the initial 3 year contract is £60,000.

The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 23 of November 2024 (00:00am).

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to kieran.james-paterson@nhs.net

two.2.5) Award criteria

Quality criterion - Name: MSP Process (PSR 5 Key Criteria) / Weighting: 80

Cost criterion - Name: MSP Process (PSR 5 Key Criteria) / Weighting: 20

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

The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 23rd of November 2024 (00:00am).

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime. Written representations should be sent to kieran.james-paterson@nhs.net

Decision-Makers:

Greenwich Joint Commissioning Board (07.11.2024)

Relative Importance of the Key Criteria:

Quality & Innovation - 20.00%
Value - 20.00%
Integration, Collaboration & Service Sustainability - 20.00%
Improving Access, Reducing Health Inequalities & Facilitating Choice - 20.00%
Social Value - 20.00%

Rationale for the Relative Importance of the Key Criteria:

A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.

The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.

Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome

Rationale for Provider Selection:

The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire and progressed in the procurement.

Providers were assessed against a threshold score of 50.00% of the available score for each of the Key Criteria (i.e. a minimum of 10.00% was required).

Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the Provider(s) who exceeded the threshold score in each category.

Conflicts of Interest:

To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.


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:

The notice relates to the Authority's procurement of the Greenwich Community Anticoagulation Service. The service is an existing healthcare service and will be provided by a mix of existing and new Providers.

A previous notice inviting registrations was issued at the following link: https://www.find-tender.service.gov.uk/Notice/025727-2024

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 Authority intends to award the contract under the Most Suitable Provider (MSP) Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 10).

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-025727


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

12 November 2024

five.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Please See Additional Information Box for Awarded Suppliers

UNEX Tower, 5 Station Street

London

E15 1DA

Email

kieran.james-paterson@nhs.net

Telephone

+44 7503236702

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

N/A

Internet address

www.londoncommercialhub.nhs.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £60,000

Total value of the contract/lot: £60,000


Section six. Complementary information

six.3) Additional information

Suppliers Awarded To:

Blackheath Standard Surgery, 11 - 13 Charlton Road, London SE3 7EU - Existing Provider

Eltham Medical Practice, 30 Passey Place, London SE9 5DQ - Existing Provider

Eltham Palace Surgery, Eltham Community Hospital, Passey Place, London SE9 5DQ - Existing Provider

Expertreturn, Mangal Pharmacy 59 Well Hall Road, London, United Kingdom, SE9 6SZ - Existing Provider

Heritage PCN (Triveni PMS Surgery), Escreet Grove, London SE18 5TE - New Provider

PE Logan Pharmacy, 209 Trafalgar Road, London SE10 9EQ - Existing Provider

Royal Arsenal Medical Centre, 21 Arsenal Way, London SE18 6TE - New Provider

St Marks Medical Centre, 24 Wrottesley Road, London SE18 3EP - New Provider

Thamesmead Medical Associates - Gallions Reach Health Centre, Bentham Road, London SE28 8BE - Existing Provider

six.4) Procedures for review

six.4.1) Review body

NHS London Commercial Hub

UNEX Tower 5 Station Street

London

E15 1DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The standstill period will run from the 13th of November 2024 (00:00am) until the 23rd of November 2024 (00:00am).