Notice Information
Notice Title
Pharmacogenomics Informed Medications Management Service
Notice Description
This requirement is to identify an Innovation Partner who will develop an integrated Pharmacogenomics and Pharmaceutical Clinical Decision Support Service for NHS Scotland which will safely identify patients at greatest risk of harm from multiple medication and produce an efficient, safe and effective medication regime that is tailored to meet their changing needs.
Lot Information
Lot 1
The Authority is procuring the provision of an integrated pharmacogenomics and pharmaceutical clinical decision support service which will safely identify patients at greatest risk of harm from multiple medication and produce an efficient, safe and effective medication regime that is tailored to meet the patient's changing needs. The developed solution will need to comply with any and all regulatory requirements. The solution to be developed by the tenderers should aim to provide enabling tools to implement pharmacogenetic testing and integration into electronic health records and clinical decision support systems, comprising, but not limited to: - Pharmacogenetic panel - Clinical decision support system that is approved and regulated in line with the medical device regulations and any subsequent requirements that may be produced for operating within the United Kingdom. Tenderers will be responsible for registering and managing the developed software as a medical device (SAMD) for the duration of the awarded framework agreement and for elements of Phase 2c of the Procurement (please see the Invitation to Tender - Introductory Information document for details of the Procurement phases) as required and deemed by the Authority (if available). - Technology to integrate into primary and secondary care electronic health record systems, and the resource to support the integration into each of the Authority and Participating Authorities systems as outlined in the ITT and Associated Documentation. - An education programme for the purpose of improving clinicians and pharmacists' confidence and familiarity with pharmacogenomics and also to support public understanding and acceptance. The Project will consist of 2 phases. Phase 1 will consist of an appropriately powered patient trial (circa 10,000 to 20,000 patients) at Greater Glasgow and Clyde which must be delivered within 30 months or less from the award date of the contract. Phase 1 will determine the clinical and economic viability of the project. Following completion of Phase 1 the Authority will either: terminate the agreement; extend into Phase 2 with no change to the agreement; Re-negotiate a number of points with the Innovation Partner and enter into Phase 2. Any renegotiation of the Framework Agreement following phase 1 will be in line with Regulation 72 of The Public Contracts (Scotland) Regulations 2015. Phase 2 is the potential widespread adoption of the service across NHS Scotland. The Authority intends to award a framework agreement to one (1) supplier (being the successful tenderer who will become the "Contractor"), however the Authority reserves the right to award a place on the above noted framework agreement to more than one supplier. Full details of the Service can be found within the PIMM documentation which is included in the PQQ/ITT. Additional information: this is an Innovation Partnership Procurement
Renewal: This framework includes the option to extend for up to a total period of thirty (30) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02fad8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028052-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Innovation partnership
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85149000 - Pharmacy services
Notice Value(s)
- Tender Value
- £66,000,000 £10M-£100M
- Lots Value
- £66,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Sep 20241 years ago
- Submission Deadline
- 5 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Sep 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
- Contact Name
- Not specified
- Contact Email
- cameron.wright@nhs.scot
- Contact Phone
- +44 1698794410
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02fad8-2024-09-03T09:54:51+01:00",
"date": "2024-09-03T09:54:51+01:00",
"ocid": "ocds-h6vhtk-02fad8",
"description": "The estimated value referred to in Section II.1.5 and II.2.6 covers the sixty (60) month contract duration and the thirty (30) month extension period of the framework agreement. (SC Ref:776973)",
"initiationType": "tender",
"tender": {
"id": "NP34021",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Pharmacogenomics Informed Medications Management Service",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "85149000",
"description": "Pharmacy services"
},
"mainProcurementCategory": "services",
"description": "This requirement is to identify an Innovation Partner who will develop an integrated Pharmacogenomics and Pharmaceutical Clinical Decision Support Service for NHS Scotland which will safely identify patients at greatest risk of harm from multiple medication and produce an efficient, safe and effective medication regime that is tailored to meet their changing needs.",
"value": {
"amount": 66000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Authority is procuring the provision of an integrated pharmacogenomics and pharmaceutical clinical decision support service which will safely identify patients at greatest risk of harm from multiple medication and produce an efficient, safe and effective medication regime that is tailored to meet the patient's changing needs. The developed solution will need to comply with any and all regulatory requirements. The solution to be developed by the tenderers should aim to provide enabling tools to implement pharmacogenetic testing and integration into electronic health records and clinical decision support systems, comprising, but not limited to: - Pharmacogenetic panel - Clinical decision support system that is approved and regulated in line with the medical device regulations and any subsequent requirements that may be produced for operating within the United Kingdom. Tenderers will be responsible for registering and managing the developed software as a medical device (SAMD) for the duration of the awarded framework agreement and for elements of Phase 2c of the Procurement (please see the Invitation to Tender - Introductory Information document for details of the Procurement phases) as required and deemed by the Authority (if available). - Technology to integrate into primary and secondary care electronic health record systems, and the resource to support the integration into each of the Authority and Participating Authorities systems as outlined in the ITT and Associated Documentation. - An education programme for the purpose of improving clinicians and pharmacists' confidence and familiarity with pharmacogenomics and also to support public understanding and acceptance. The Project will consist of 2 phases. Phase 1 will consist of an appropriately powered patient trial (circa 10,000 to 20,000 patients) at Greater Glasgow and Clyde which must be delivered within 30 months or less from the award date of the contract. Phase 1 will determine the clinical and economic viability of the project. Following completion of Phase 1 the Authority will either: terminate the agreement; extend into Phase 2 with no change to the agreement; Re-negotiate a number of points with the Innovation Partner and enter into Phase 2. Any renegotiation of the Framework Agreement following phase 1 will be in line with Regulation 72 of The Public Contracts (Scotland) Regulations 2015. Phase 2 is the potential widespread adoption of the service across NHS Scotland. The Authority intends to award a framework agreement to one (1) supplier (being the successful tenderer who will become the \"Contractor\"), however the Authority reserves the right to award a place on the above noted framework agreement to more than one supplier. Full details of the Service can be found within the PIMM documentation which is included in the PQQ/ITT. Additional information: this is an Innovation Partnership Procurement",
"awardCriteria": {
"criteria": [
{
"name": "Service Quality and Performance",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 66000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "This framework includes the option to extend for up to a total period of thirty (30) months upon giving not less than three (3) months written notice, such notice to expire no later than the date the Framework Agreement is due to expire."
},
"secondStage": {
"minimumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85149000",
"description": "Pharmacy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "All entities constituted pursuant to the National Health Service (Scotland) Act 1978, and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators may be excluded from this competition if they are in breach of any situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "(1) All candidates will be required to provide a statement, covering three (3) previous financial years including the overall turnover of the candidate in respect of the activities which are similar type to the subject matter of the notice; (2) All candidates will be required to provide statement of accounts or extracts relating to their business. See contract/tender documentation which incorporates the requirements of the SPD(Scotland) and the financial period of reporting is the previous three (3) years.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Question 4C.1.2 Question 4C.1.2 asks for tenderers to submit two (2) examples in response to the question. For public supply and public service contracts only, Potential Innovation Partners must provide relevant examples of supplies and/or services carried out during the last three years which are similar to the activities described below: One (1) relevant example of each of the following: 1) research and development carried out in a health and social care setting. and 2) relevant examples where an innovative product or service has been implemented, (Examples from both public and/or private sector customers and clients may be provided). Your response will be assessed by how well it demonstrates the following: 1) a track record, of at least one (1) relevant example of a similar solution having been developed (REQUIRED) 2) At least one example of R&D processes being completed 3) Evidence of handling and being prepared to handle sensitive patient data (REQUIRED) 4) Evidence of partnership working with others 5) Evidence of Implementation as well as Research 6) Providing evidence of knowledge of the EU regulations regarding implementation is beneficial Each of the two examples submitted will be evaluated and each example will be scored out of 5 in reference to the scoring table included in '1PIMM SPD Bidder Instructions V1 (Final)'. Where a score for an example (out of a maximum score of 5) is 0 the Authority may exclude that tenderer from proceeding in the Procurement process. The score for the two examples will be added together to form a total score for question 4C.1.2 out of a possible 10. SPD Question 4C.6 Question 4C.6 requires a written response as described in the SPD. The response to Question 4C.6 will be scored out of a maximum of 5, in line with the scoring table included in '1PIMM SPD Bidder Instructions V1 (Final)'. Where a score of 0 is awarded to a tenderer for the response to Question 4C.6 the Authority may exclude that tenderer from proceeding in the Procurement process. We would expect that suppliers will have (or have processes in place to ensure that) they have appropriately qualified staff to deliver the proposed solution. For the processing of data and results from the Pharmacological Panel, there might be a human intervention, if and where this is required, any and all personnel must be appropriately qualified - it is likely that this will be: a UK qualified pharmacist - registered with the UK GPhC; or a UK qualified Medical practitioner - registered with the UK GMC. Tenderers are asked to confirm the staff that will be available for this project, including their role and their qualification. Tenderers are asked to confirm that the persons concerned will take part in regular professional appraisal If the staff are not yet in place, tenderers are asked to describe the processes for recruitment of staff and measures taken to ensure appropriate qualifications will be in place Tenderers are asked to state, in all cases, the educational and professional qualifications that are held by staff / roles to be filled. SPD General Scoring Information The total score awarded for the SPD will be calculated with reference to the following question weightings: - 70% of the total score will be calculated on the basis of the score awarded for question 4C1.2 and 30% of the total score will be calculated on the basis of the score for question awarded for question 4C.6. The scored bids will then be ranked in total score order. The top three (3) scoring bidders will be invited to participate in Phase 2a of the Procurement. The evaluation of submissions at each stage is separate, and success at SPD stage will place all shortlisted bidders on an equal footing as they enter into Phase 2a. For the avoidance of doubt scores from the SPD stage will not be carried forward into Phase 2a.",
"minimum": "The bidder's responses to the SPD selection criteria must be acceptable and cover the relevant selection criterion. Where a bidder's response for any SPD selection criterion is unacceptable or does not cover the relevant selection criterion, the Authority may award the bidder a score of 0 (out of a maximum score of 5) based on the scoring methodology and may exclude that tenderer from proceeding in the Procurement process.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Innovation partnership",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "This Innovation partnership procurement wil result in a framework more than 5 years due the complex R&D required to produced the final arrangement. Considerable change management and review will be required to migrate to another supplier without impacting on patient outcomes"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-01-05T12:00:00Z"
},
"secondStage": {
"invitationDate": "2022-02-01T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-322",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698794410",
"email": "cameron.wright@nhs.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-324",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312252525",
"email": "edinburgh@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-322",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000657797"
}
],
"language": "en",
"awards": [
{
"id": "028052-2024-NP34021-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}