North and East London Commissioning Support Unit: Consultant Led Community Based Anticoagulation Service

  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

UK-London: Health services.
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


View any Notice Addenda

View Award Notice