Tender

Public Health Services in Primary Care

SWINDON BOROUGH COUNCIL

This public procurement record has 1 release in its history.

Tender

14 Jan 2022 at 11:46

Summary of the contracting process

Swindon Borough Council is inviting tenders for the provision of "Public Health Services in Primary Care," targeting various health services under the classification "Health services" (CPV code 85100000). This procurement is currently at the tender stage, with submissions due by 11th February 2022 at 14:00 local time. The contract, which spans an initial period of 48 months commencing on 1st April 2022, includes options for two additional 12-month extensions based on performance and budget availability. Interested suppliers must register with ProContract and submit their bids electronically via the Supplying the South West Portal, located in the Swindon region (UKK14).

This tender presents significant opportunities for businesses specialising in healthcare, particularly General Practices and Pharmacies qualified to provide public health services. The contract encompasses several service lots, including stop smoking support, NHS health checks, drug services, and long-acting reversible contraceptives. Companies with appropriate registrations such as Care Quality Commission (CQC) for GPs and General Pharmaceutical Council (GPhC) for pharmacies, as well as the necessary liability and indemnity insurance, will be well-positioned to compete. The total estimated budget is approximately £1.5 million for the initial four years, indicating substantial financial opportunities for successful bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Public Health Services in Primary Care

Notice Description

Primary Care Public Health Services Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of Primary Care Public Health Services for the resident population of Swindon. The following service lots are available for General Practices and Pharmacies. Lot 1: Stop Smoking - GP Lot 2: Stop Smoking - Pharmacy Lot 3: NHS Healthchecks - GP Lot 4: NHS Healthchecks - Pharmacy Lot 5: Drug Services: Shared Care Lot 6: Drug Services: Needle and Syringe Exchange Lot 7: Drug Services: Supervised Consumption Lot 8: Long Acting Reversible Contraceptive (LARC) Services For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability. Estimated total budget for Lot 1 - 8 services for 4 years is PS1,504,000.00 plus two potential 12 month extensions (PS376,000 per annum), potential 6 years is PS2,256,000. To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk , then Register an Interest before obtaining access to the tender documents. Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 4th February 2022, 1400 hrs UK Local time. The Council's responses to these clarification questions will be issued on the ProContract tender portal. Responses to clarifications will be uploaded periodically and it is the bidder's responsibility to check the portal on a regular basis for updates. The relevant tender documents are included within this project webpage as attachments. Submission of your Statement of Provision are required to be submitted no later than 11th February 2022, 14.00 local time via the Supplying the South West Portal https://www.supplyingthesouthwest.org.uk It is the responsibility of the bidder to allow sufficient time to commence and complete uploading all required documentation and submitting the tender response prior to the closing date and time. If bidders experience any technical difficulties with the South West Portal then they should immediately and directly contact Proactis (the portal administrator ProContractSuppliers@proactis.com ) before the deadline clearly setting out the difficulties they are experiencing. Troubleshooting information can also be found https://supplierhelp.due-north.com/

Lot Information

Lot 1

Description: Lot 1: Stop Smoking - GP The following service lot is available to General Practices GP's are commissioned to provide stop smoking support to smokers living in Swindon. GP's are reimbursed for each individual smoker that they support to quit. Payment is by activity for each smoker. Estimated budget for stop smoking service (GPs and Pharmacies) for 4 years is PS200,000 plus two potential 12 month extensions (PS50,000 per annum), potential 6 years is PS300,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 2

Description: Lot 2: Stop Smoking - Pharmacy The following service lot is available for Pharmacies Pharmacies are commissioned to provide stop smoking support to smokers living in Swindon. Pharmacies are reimbursed for each individual smoker that they support to quit. Payment is by activity for each smoker. Estimated budget for stop smoking service (GPs and Pharmacies) for 4 years is PS200,000 plus two potential 12 month extensions (PS50,000 per annum), potential 6 years is PS300,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 3

Lot 3: NHS Healthchecks - GP The following service lot is available for General Practices Practices are commissioned to provide NHS Health Checks to eligible patients aged 40 -74 registered at their practice. GP's are reimbursed at a fixed cost per NHS Health Check undertaken. This cost increases with the percentage of the eligible population screened. Payment is by activity for each patient registered with the practice. Estimated budget for the NHS Health Checks service (GPs and Pharmacies) for 4 years is PS440,000 plus two potential 12 month extensions (PS110,000 per annum), potential 6 years is PS660,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 4

Lot 4: NHS Health Checks - Pharmacy The following service lot is available for Pharmacies Pharmacies are commissioned to provide NHS Health Checks to eligible patients aged 40 -74. Pharmacies are reimbursed at a fixed cost per NHS Health Check undertaken. Payment is by activity for each patient. Estimated budget for the NHS Health Checks service (GPs and Pharmacies) for 4 years is PS440,000 plus two potential 12 month extensions (PS110,000 per annum) , potential 6 years is PS660,000 For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 5

Lot 5: Drug Services: Shared Care The following service lot is available for General Practices Practices are commissioned to deliver the joint participation of specialists and GP's (and other agencies as appropriate) in the planned delivery of care for patients with drug misuse problems, informed by an enhanced exchange of information beyond routine referral and discharge letters. Estimated budget for the service for 4 years is PS40,000 plus two potential 12 month extension periods (PS10,000 per annum), potential 6 years is PS60,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 6

Lot 6: Drug Services: Drug Services: Needle and Syringe Exchange The following service lot is available for Pharmacies Pharmacies are commissioned to protect heath and reduce the rate of blood-borne infections and drug related deaths among services users and protect the wider Swindon population by reducing the rate of sharing and other high-risk injecting behaviours. This is by providing sterile injecting equipment and other support as well as by promoting safer injecting practices. Estimated budget for the service for 4 years is PS240,000 plus two potential 12 month extension periods (PS60,000 per annum), potential 6 years is PS360,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 7

Lot 7: Drug Services: Supervised Consumption The following service lot is available for Pharmacies Pharmacies are commissioned to supervise the consumption of prescribed medicines to ensure that the dose has been administered to the patient. This is an enhancement to normal instalment dispensing. Examples of medicines which may have consumption supervised include methadone and other licensed medicines used for the management of opiate dependence. Estimated budget for the service for 4 years is PS240,000 plus two potential 12 month extension periods (PS60,000 per annum), potential 6 years is PS360,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Lot 8

Lot 8: Long Acting Reversible Contraceptive (LARC) Services The following service lot is available for General Practices GPs are commissioned to provide specialist LARC contraceptive services to women living in Swindon. Practices are reimbursed in line with the national tariff for each contraceptive injection (Depo-Provera), the insertion and removal of contraceptive implants (Nexplanon), Intrauterine Devices (IUDs) and Intrauterine Systems (IUSs) prescribed for contraceptive use only. Payment is by activity for each patient registered by the practice. Estimated budget for service for 4 years is PS344,000 plus two potential 12 month extension periods (PS86,000 per annum), potential 6 years is PS516,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify "No" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Options: The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-030b0f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001143-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Jan 20224 years ago
Submission Deadline
11 Feb 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SWINDON BOROUGH COUNCIL
Contact Name
Ms Divya Bassi
Contact Email
dbassi@swindon.gov.uk
Contact Phone
+44 7971988885

Buyer Location

Locality
SWINDON
Postcode
SN1 2JH
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
TLK14 Swindon

Local Authority
Swindon
Electoral Ward
Eastcott
Westminster Constituency
Swindon South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-030b0f-2022-01-14T11:46:24Z",
    "date": "2022-01-14T11:46:24Z",
    "ocid": "ocds-h6vhtk-030b0f",
    "initiationType": "tender",
    "tender": {
        "id": "DN589857",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Public Health Services in Primary Care",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "Primary Care Public Health Services Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of Primary Care Public Health Services for the resident population of Swindon. The following service lots are available for General Practices and Pharmacies. Lot 1: Stop Smoking - GP Lot 2: Stop Smoking - Pharmacy Lot 3: NHS Healthchecks - GP Lot 4: NHS Healthchecks - Pharmacy Lot 5: Drug Services: Shared Care Lot 6: Drug Services: Needle and Syringe Exchange Lot 7: Drug Services: Supervised Consumption Lot 8: Long Acting Reversible Contraceptive (LARC) Services For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability. Estimated total budget for Lot 1 - 8 services for 4 years is PS1,504,000.00 plus two potential 12 month extensions (PS376,000 per annum), potential 6 years is PS2,256,000. To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk , then Register an Interest before obtaining access to the tender documents. Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 4th February 2022, 1400 hrs UK Local time. The Council's responses to these clarification questions will be issued on the ProContract tender portal. Responses to clarifications will be uploaded periodically and it is the bidder's responsibility to check the portal on a regular basis for updates. The relevant tender documents are included within this project webpage as attachments. Submission of your Statement of Provision are required to be submitted no later than 11th February 2022, 14.00 local time via the Supplying the South West Portal https://www.supplyingthesouthwest.org.uk It is the responsibility of the bidder to allow sufficient time to commence and complete uploading all required documentation and submitting the tender response prior to the closing date and time. If bidders experience any technical difficulties with the South West Portal then they should immediately and directly contact Proactis (the portal administrator ProContractSuppliers@proactis.com ) before the deadline clearly setting out the difficulties they are experiencing. Troubleshooting information can also be found https://supplierhelp.due-north.com/",
        "lots": [
            {
                "id": "1",
                "description": "Description: Lot 1: Stop Smoking - GP The following service lot is available to General Practices GP's are commissioned to provide stop smoking support to smokers living in Swindon. GP's are reimbursed for each individual smoker that they support to quit. Payment is by activity for each smoker. Estimated budget for stop smoking service (GPs and Pharmacies) for 4 years is PS200,000 plus two potential 12 month extensions (PS50,000 per annum), potential 6 years is PS300,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "2",
                "description": "Description: Lot 2: Stop Smoking - Pharmacy The following service lot is available for Pharmacies Pharmacies are commissioned to provide stop smoking support to smokers living in Swindon. Pharmacies are reimbursed for each individual smoker that they support to quit. Payment is by activity for each smoker. Estimated budget for stop smoking service (GPs and Pharmacies) for 4 years is PS200,000 plus two potential 12 month extensions (PS50,000 per annum), potential 6 years is PS300,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "3",
                "description": "Lot 3: NHS Healthchecks - GP The following service lot is available for General Practices Practices are commissioned to provide NHS Health Checks to eligible patients aged 40 -74 registered at their practice. GP's are reimbursed at a fixed cost per NHS Health Check undertaken. This cost increases with the percentage of the eligible population screened. Payment is by activity for each patient registered with the practice. Estimated budget for the NHS Health Checks service (GPs and Pharmacies) for 4 years is PS440,000 plus two potential 12 month extensions (PS110,000 per annum), potential 6 years is PS660,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "4",
                "description": "Lot 4: NHS Health Checks - Pharmacy The following service lot is available for Pharmacies Pharmacies are commissioned to provide NHS Health Checks to eligible patients aged 40 -74. Pharmacies are reimbursed at a fixed cost per NHS Health Check undertaken. Payment is by activity for each patient. Estimated budget for the NHS Health Checks service (GPs and Pharmacies) for 4 years is PS440,000 plus two potential 12 month extensions (PS110,000 per annum) , potential 6 years is PS660,000 For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "5",
                "description": "Lot 5: Drug Services: Shared Care The following service lot is available for General Practices Practices are commissioned to deliver the joint participation of specialists and GP's (and other agencies as appropriate) in the planned delivery of care for patients with drug misuse problems, informed by an enhanced exchange of information beyond routine referral and discharge letters. Estimated budget for the service for 4 years is PS40,000 plus two potential 12 month extension periods (PS10,000 per annum), potential 6 years is PS60,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "6",
                "description": "Lot 6: Drug Services: Drug Services: Needle and Syringe Exchange The following service lot is available for Pharmacies Pharmacies are commissioned to protect heath and reduce the rate of blood-borne infections and drug related deaths among services users and protect the wider Swindon population by reducing the rate of sharing and other high-risk injecting behaviours. This is by providing sterile injecting equipment and other support as well as by promoting safer injecting practices. Estimated budget for the service for 4 years is PS240,000 plus two potential 12 month extension periods (PS60,000 per annum), potential 6 years is PS360,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "7",
                "description": "Lot 7: Drug Services: Supervised Consumption The following service lot is available for Pharmacies Pharmacies are commissioned to supervise the consumption of prescribed medicines to ensure that the dose has been administered to the patient. This is an enhancement to normal instalment dispensing. Examples of medicines which may have consumption supervised include methadone and other licensed medicines used for the management of opiate dependence. Estimated budget for the service for 4 years is PS240,000 plus two potential 12 month extension periods (PS60,000 per annum), potential 6 years is PS360,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            },
            {
                "id": "8",
                "description": "Lot 8: Long Acting Reversible Contraceptive (LARC) Services The following service lot is available for General Practices GPs are commissioned to provide specialist LARC contraceptive services to women living in Swindon. Practices are reimbursed in line with the national tariff for each contraceptive injection (Depo-Provera), the insertion and removal of contraceptive implants (Nexplanon), Intrauterine Devices (IUDs) and Intrauterine Systems (IUSs) prescribed for contraceptive use only. Payment is by activity for each patient registered by the practice. Estimated budget for service for 4 years is PS344,000 plus two potential 12 month extension periods (PS86,000 per annum), potential 6 years is PS516,000. For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity. In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met: * Care Quality Commission (CQC) Registration (GPs) * General Pharmaceutical Council (GPhC) Registration (Pharmacy) * Employer's Liability of PS5M * Public Liability of PS5M * Professional Indemnity (including medical malpractice) of PS5M * Self-Certify \"No\" to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015 * Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents. The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK14"
                    }
                ],
                "relatedLot": "8"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-02-11T14:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-02-11T14:00:00Z"
        },
        "bidOpening": {
            "date": "2022-02-11T14:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-24416",
            "name": "Swindon Borough Council",
            "identifier": {
                "legalName": "Swindon Borough Council"
            },
            "address": {
                "streetAddress": "Civic Offices, Euclid Street",
                "locality": "Swindon",
                "region": "UKK14",
                "postalCode": "SN1 2JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Divya Bassi",
                "telephone": "+44 7971988885",
                "email": "DBassi@swindon.gov.uk",
                "url": "https://www.supplyingthesouthwest.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.swindon.gov.uk/",
                "buyerProfile": "http://www.swindon.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2608",
            "name": "Swindon Borough Council",
            "identifier": {
                "legalName": "Swindon Borough Council"
            },
            "address": {
                "locality": "Swindon",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-24416",
        "name": "Swindon Borough Council"
    },
    "language": "en"
}