Section one: Contracting authority
one.1) Name and addresses
NHS SURREY HEARTLANDS INTEGRATED CARE BOARD
Dukes Court, Duke Street
Woking
GU215BH
syheartlandsicb.contractsadmin@nhs.net
Country
United Kingdom
Region code
UKJ25 - West Surrey
NHS Organisation Data Service
QXU
Internet address(es)
Main address
https://www.surreyheartlands.org/nhs-surrey-heartlands-board
one.4) Type of the contracting authority
Other type
NHS
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of antiviral medication for influenza-like illness through NHS community pharmacy providers
two.1.2) Main CPV code
- 85149000 - Pharmacy services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of antiviral medication through community pharmacy provision within Surrey Heartlands ICB for the treatment of influenza-like illness.
To reduce the risk of complications from and spread of influenza-like illness, and to optimise treatment use by providing safe access to treatment in a timely manner
CPV Code 85149000-5 - Pharmacy services, but not including community pharmacy services that are arranged under The National Health Service (Pharmaceutical and Local Pharmaceutical Services) Regulations 2013
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: £2,045
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
The provision of antiviral medication through community pharmacy provision within Surrey Heartlands ICB for the treatment of influenza-like illness.
To reduce the risk of complications from and spread of influenza-like illness, and to optimise treatment use by providing safe access to treatment in a timely manner
The approximate lifetime value of the contract will be £2,000 over the 2 year term, from 1st April 2024 until 31st March 2026. There are two providers of this service - one of which will additionally be commissioned to provide Christmas Day and Easter Sunday on-call arrangements and will receive an additional £1045 per annum for providing this additional service. Further fees to be paid of £52 per call-out, £13 dispensing fee for antivirals dispensed, delivery fees of £11.50 per delivery for deliveries within usual catchment area.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: 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:
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 and the Procurement Act Regulations 2023 do not apply to this award.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
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
17 September 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
Boots Pharmacy
11 Swan Court
Leatherhead
KT22 8AN
Country
United Kingdom
NUTS code
- UKJ25 - West Surrey
NHS Organisation Data Service
FGR11
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: £2,045
Total value of the contract/lot: £2,045
Section six. Complementary information
six.3) Additional information
This is an Intention to Award Notice via Direct Award Process C, in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (PSR).
The authority confirms the provider delivered the prior contract to a consistently high standard and no material changes have been made in the renewed contracting arrangement, only a 4.55% inflationary increase for year 1 of the contract. In year 2 an inflationary increase will be applied as advised nationally.
Against the Provider Selection Regime (PSR) Key Criteria, Boots has demonstrated expertise and is anticipated to continue doing so. Evidence of current service delivery against the PSR Key Criteria and the breakdown of Key Criteria weighting in relation to this service for the purposes of awarding a contract under Direct Award C is detailed below:
Two most highly ranked Key Criteria:
Integration, Collaboration & Sustainability
• Community pharmacies are a core part of the primary care system and are aligned with local ICB pathways. This service provider supports a shared care model and distribution of workload more evenly across the system.
• The service provider maintains strong collaborative working relationships with patients and other primary care providers.
• Influenza antivirals are supplied in date, by stated Pharmacies. The service providers can be relied upon by healthcare workers and recipient patients.
• Any issues with access to influenza antivirals are shared with the Surrey Heartlands Medicines Optimisation Team to collaboratively seek resolution and prevent recurrence.
• This service provider supports integrating community pharmacy into neighbourhoods as a partner in delivering services collaboratively for the benefit of the local population.
• It is feasible to scale capacity during peak flu seasons or pandemics.
• The service is utilised by eligible residents of Surrey Heartlands.
Improving access, reducing health inequalities and facilitating choice
• This service offers an alternative route to care alongside GPs and urgent care services.
• Pharmacies are typically open longer hours and do not require appointments, allowing earlier intervention with antivirals, which are most effective within 48 hours of symptom onset.
• As stipulated in the specification this service provision aims to reduce the risk of complications from, and spread of influenza-like illness by providing access to treatment and prophylaxis in a timely manner when routine routes of supply will cause clinically unacceptable delay.
• The provider offers access to influenza antivirals within a community setting.
• Timely access to influenza antivirals reduces the risk of further complications and reduces the need for hospitalisation.
• Increased choice for people.
Two second most importantly ranked Key Criteria
Quality & Innovation
• This pharmacy contractor maintains appropriate records to ensure effective ongoing service delivery.
• The provider audits the standards of the service regularly and formally to ensure compliance with the LCS requirements and identify areas for improvement, which the provider addresses.
• The provider obtains feedback about the service from the patients who use it. This feedback is reviewed by the provider and where appropriate, change is made to improve the quality of the service. If feedback obtained is related to changes in this LCS, this is provided to the ICB.
• The provider regularly reviews the standard operating procedures for this service and this has been undertaken recently.
• The provider ensures that pharmacists and staff involved in the provision of the service have undertaken continuing professional development (CPD) relevant to this service.
• Electronic prescribing is used to streamline the supply of antivirals.
Value
• Evidenced by guaranteed provision of the influenza antiviral medication enabling appropriate and timely treatment for patients with influenza-like illness, assessed as requiring treatment or prophylaxis with anti-virals.
• Provision of clinical benefits to the patient and subsequent financial benefits to the ICB from prompt management of patients with influenza-like illness, assessed as requiring treatment or prophylaxis with anti-virals, reducing the risk of further complications and potential hospitalisation.
• Reduced pressure on higher-cost settings and efficient use of resources e.g. GP, A&E
• Prevention and reduction in complications in high-risk groups
Third ranked Key Criteria
Social Value
• This service allows patients to be managed within a community setting, potentially reducing the need for hospitalisation, therefore having an economic and environmental benefit to the patient and wider community, not needing to travel to hospital nor incurring associated costs including potential parking.
• Investment in community pharmacies supports local businesses and jobs.
• Faster treatment helps people return to work or school more quickly.
• The pharmacy provider can support health education and prevention e.g. also provide flu vaccinations and public health messaging, promoting wider community resilience.
• Psychologically, people experience improved well-being when healthcare needs are met by primary care providers through provision of care closer to home.
Governance and Decision-Making Approval:
The contract award was approved by the Surrey Heartlands ICB Medicines Optimisation Board - 20/08/25 and the Primary Care Commissioning Committee - 03/09/25 in line with the authority's governance processes.
Conflicts of Interest:
All Decision-Making Forums requested that Conflicts of Interest be declared in order to accommodate mitigations that may be required. No declarations were raised. Individuals working on the programme declared no interests for the duration.
Standstill Period and Regulatory Context:
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 and the Procurement Act Regulations 2023 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 1st October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to syheartlandsicb.contractsadmin@nhs.net.
six.4) Procedures for review
six.4.1) Review body
NHS Surrey Heartlands ICB
Woking
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHSE
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom