Section one: Contracting authority
one.1) Name and addresses
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board
Priory House, Monks Walk, Chicksands
Bedfordshire
SG17 5TQ
Country
United Kingdom
Region code
UKH25 - Central Bedfordshire
Internet address(es)
Main address
https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
Buyer's address
https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
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
BLMK ICB Direct Oral Anticoagulant (DOAC) Medication Review Service
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
The Direct Oral Anticoagulant (DOAC) medication review service will assist Bedfordshire, Luton and Milton Keynes (BLMK) GP practices to deliver a high quality and safe DOAC review and change programme.
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: £165,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
Main site or place of performance
All ICB's geographical regions i.e. Bedfordshire, Luton and Milton Keynes
two.2.4) Description of the procurement
The Direct Oral Anticoagulant (DOAC) medication review service will be delivered by provider employed non-medical prescribing pharmacist with clinical expertise in DOAC prescribing and experience of undertaken similar DOAC review and change programmes. Identifying, reviewing and where appropriate and with patients consent initiating/prescribing a cost-effective DOAC for the patient.
The contact has been awarded following direct award process A with a maximum contract value £165,000 based on £550 per clinical day (7.5hrs) and the contract value is activity related. The contract is for a period of 4 months from 1st September 2025 to 31st December 2025 with an option to extend for a period of up to 3months i.e. 31st March 2026, if required within the specified financial envelope.
two.2.5) Award criteria
Quality criterion - Name: No realistic alternative provider / Weighting: 100
Price - Weighting: 0
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
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:
No realistic alternative provider.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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
7 August 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Spirit Healthcare Ltd
Spirit House, Saffron Way, Leicester
Leicester
LE2 6UP
Telephone
+44 1162865000
Country
United Kingdom
NUTS code
- UKF21 - Leicester
National registration number
06259954
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £165,000
Total value of the contract/lot: £165,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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.
There is a risk of a significant cost pressure to the BLMK ICB prescribing budget through the anticipated loss of a commercial agreement within direct oral anticoagulants (DOACs) prescribing. As a risk mitigation, people on edoxaban within BLMK will be reviewed and where clinically appropriate and with patient consent changed to the most cost-effective DOACs, as identified in NHSE DOAC Commissioning Guidance.
An additional financial risks exists to the BLMK ICB prescribing budget if the review and change programme does not happen at the scale and pace that is required to mitigate loss of the commercial agreement. GP pressures and workforce capacity limitations, means a 3rd party clinical provider with expertise in DOAC prescribing and experience of safely undertaking a DOAC review and change programme is required. Due to the imminent cost pressure there is a need to mobilise the service by 1st September 2025.
The BLMK ICB Chiefs (Executives) gave approval of this in August 2025 at the scheduled Investment Oversight Group Meeting. Conflicts of interest have been managed in line with the ICB's Conflict of Interest and Standards of Business Conduct Policy.
six.4) Procedures for review
six.4.1) Review body
NHS England
Wellington House, 133-135 Waterloo Rd
London
SE1 8UG
england.commercialqueries@nhs.net
Country
United Kingdom