North and East London Commissioning Support Unit has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Consultant Led Community Based Anticoagulation Service |
Notice type: | Contract Notice |
Authority: | North and East London Commissioning Support Unit |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The overall aim of this service is to improve patient access to anticoagulation; including discussions about the most appropriate choice of anticoagulant and then if the choice is warfarin, initiation and monitoring. This service must be close to home, and a more convenient service for patients with increased local capacity to meet the demand for treatment with anticoagulants. The intention is to provide a comprehensive, community based, consultant led service for patients needing anticoagulation. The service must be delivered to all appropriate patients registered with GP practices in NHS City and Hackney CCG and ensure equitable access and quality of service to the entire population group. Service locations will need to be agreed with the CCG using existing assets to good effect and should minimise travel for patients. Please refer to additional information section VI.3 for more details. |
Published: | 10/08/2016 15:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
NHS City & Hackney Clinical Commissioning Group
3rd Floor, A Block, St Leonards, Nuttall Street, London, N1 5LZ, United Kingdom
Tel. +44 2036881292, Email: shaju.jose@nelcsu.nhs.uk
Main Address: http://www.cityandhackneyccg.nhs.uk/, Address of the buyer profile: http://www.cityandhackneyccg.nhs.uk/
NUTS Code: UKI12
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.supplying2nhs.org/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.supplying2nhs.org/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Consultant Led Community Based Anticoagulation Service
Reference Number: NELCSU/WELC/CH/SJ/2016/00073
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The overall aim of this service is to improve patient access to anticoagulation; including discussions about the most appropriate choice of anticoagulant and then if the choice is warfarin, initiation and monitoring. This service must be close to home, and a more convenient service for patients with increased local capacity to meet the demand for treatment with anticoagulants. The intention is to provide a comprehensive, community based, consultant led service for patients needing anticoagulation. The service must be delivered to all appropriate patients registered with GP practices in NHS City and Hackney CCG and ensure equitable access and quality of service to the entire population group. Service locations will need to be agreed with the CCG using existing assets to good effect and should minimise travel for patients.
Please refer to additional information section VI.3 for more details.
II.1.5) Estimated total value:
Value excluding VAT: 2,003,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI12 Inner London - East
II.2.4) Description of procurement: The overall aim of this service is to improve patient access to anticoagulation; including discussions about the most appropriate choice of anticoagulant and then if the choice is warfarin, initiation and monitoring. This service must be close to home, and a more convenient service for patients with increased local capacity to meet the demand for treatment with anticoagulants. The intention is to provide a comprehensive, community based, consultant led service for patients needing anticoagulation. The service must be delivered to all appropriate patients registered with GP practices in NHS City and Hackney CCG and ensure equitable access and quality of service to the entire population group. Service locations will need to be agreed with the CCG using existing assets to good effect and should minimise travel for patients.
Service Thresholds:
•The service provider will be expected to deliver services to 1359 patients in the first year, 1413 in the second year and 1470 in the third year
•The priority for mobilisation will be to take patients out of secondary care into the community. The service provider will be expected to increase the number of patients having warfarin managed in the community from existing 623, and add in approximately 90% of the hospital cohort i.e.1285 by the end of Q3 The service provider will be expected to deliver support for self-testing patients up to 20 patients in the first year, 30 in the second year and 40 in the third year
•The service provider participates in a nationally recognised scheme for External Quality Assurance (EQA) and EQA is undertaken at all service delivery sites at the frequency specified by the scheme.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,003,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The contract will be for a duration of 3 years with the option to extend for a further two years in 2 x 12-month instalments.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The contract will be for a duration of 3 years with the option to extend for a further two years in 2 x 12-month instalments.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The CCG is following a Light Touch Regime procurement using the steps for an Open Procedure procurement process to secure this service. Interested organisations must express their interest by registering on Pro-contract: https://www.supplying2nhs.com. MOI and Invitation to Tender documents will be published on Pro-Contract on 15th August 2016. Please refer to the MOI for further details.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
The majority of this service will need to be carried out by registered healthcare professionals who understand anti coagulation and these are most likely to be nurses, pharmacists or doctors. The overall service is expected to be led by a consultant haematologist. These healthcare professionals will need to be suitably supported e.g. by administration staff.
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2016/S 97 - 173610
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/09/2016 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 30/09/2016
Time: 14:00
Place:
London
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2021
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contract will be for a duration of 3 years with the option to extend for a further two years in 2 x 12-month instalments. The contract value will be up to £2.003m over three years.
Service Exclusions:
•Patients registered with a GP outside of City and Hackney CCG
•Known hypersensitivity to warfarin or to any of the excipients
•Initiation of warfarin for all indications other than non-valvular AF (patients will be expected to be transferred to the community warfarin service when two successive INR results are within target therapeutic range)
Patients prescribed Acenocoumarol or Low Molecular Weight Heparin
The service must embrace a person-centred approach to the care of patients and must work as a partner alongside all other health and social care professionals involved in the patient’s care so that patients experience co-ordinated, seamless and integrated services.
The service will also be expected to foster continued quality improvement and to demonstrate a commitment to ongoing review of safety and quality monitoring information about service provision. Additionally the provider will be required to have robust systems for acting on the results of safety and quality monitoring information, including more formal measures to improve provider performance if safety or quality indicators for the service remain persistently below expected standards.
The CCG is following a Light Touch Regime procurement using the steps for an Open Procedure procurement process to secure this service. Interested organisations must express their interest by registering on Pro-contract: https://www.supplying2nhs.com and submit a tender by no later than 30th September 2016.
Invitation to Tender will be issued on 15th August 2016 to all bidders who have expressed an interest by the above deadline via the Pro-Contract e-procurement system https://www.supplying2nhs.com. Please refer to the attached MOI for further details.
Upon receipt of the Invitation to Tender, suppliers should login and complete the tender response documentation electronically and submit them via the Pro-contract e-tendering portal. The deadline for tender submission is 1200hrs on 30th September 2016. Any submission received after the above deadline may not be considered.
Please note that any communication from NEL Commissioning Support Unit or City & Hackney CCG regarding this tender will be via Pro-contract discussion board. Bidders must use Pro-contract discussion board for their communications with NEL Commissioning Support or CCG regarding this procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=214069699
VI.4) Procedures for review
VI.4.1) Review body:
NEL Commissioning Support Unit
Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2036881292, Email: shaju.jose@nelcsu.nhs.uk
VI.4.2) Body responsible for mediation procedures:
NEL Commissioning Support Unit
1st Floor Clifton House, 75-77 Worship Street, London, EC2A 2DU, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEL Commissioning Support Unit
First Floor Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2036881292, Email: shaju.jose@nelcsu.nhs.uk
Internet address: www.nelcsu.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 10/08/2016
Annex A