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.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
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).