Award

PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service

NHS SOUTH EAST LONDON INTEGRATED CARE BOARD

This public procurement record has 3 releases in its history.

TenderUpdate

25 Nov 2024 at 11:07

Award

13 Nov 2024 at 11:21

Planning

14 Aug 2024 at 07:16

Summary of the contracting process

NHS South East London Integrated Care Board has confirmed the award of the contract titled "PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service" within the community health services industry category. This service will be delivered in the Royal London Borough of Greenwich, starting from the 1st of February 2025, with an initial 3-year duration and an extension option of up to 2 years. The awarding of the contract followed the Provider Selection Regime under the Health Care Services Regulations 2023, utilising the Most Suitable Provider Process. The procurement method involved a limited procedure without prior publication of a call for competition. The standstill period concluded on the 23rd of November 2024. This contract, which has a total value estimated at £60,000 for the initial term, will be executed by a mix of existing and new providers, including Blackheath Standard Surgery and St Marks Medical Centre. Key criteria for the selection included quality, value, integration, and social value, each weighted at 20%.

The Greenwich Community Anticoagulation Service presents significant opportunities for businesses in the healthcare sector, particularly those specialising in community health services and anticoagulation management. The contract requires providers to deliver services closer to patients' homes using point-of-care testing, which is less invasive and more convenient for patients. Businesses adept at providing high-quality patient care, with robust governance and quality mechanisms, will find this tender attractive. Additionally, the requirement for providers to have training and competency in anticoagulation services ensures that qualified healthcare professionals or organisations with experience in warfarin treatment have a strong chance of success. Overall, this tender is well-suited for experienced healthcare providers looking to expand their service offerings within the community health domain.

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

PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service

Notice Description

PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service - Confirmation of Contract Award Notice

Lot Information

Lot 1

The notice relates to the Authority's procurement of the Greenwich Community Anticoagulation Service. The service is an existing healthcare service and will be provided by a mix of existing and new Providers.

A previous notice inviting registrations was issued at the following link: https://www.find-tender.service.gov.uk/Notice/025727-2024

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The Authority intends to award the contract under the Most Suitable Provider (MSP) Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 10).

The contract will start on the 1st of February 2025 and run for a period of 3 years until 31st of January 2028, with a further extension option of up to 2 years to 31st of January 2030 at the sole discretion of the Authority.

There is no indicative annual value of the proposed contract as this is a cost and volume contract, with no minimum activity guarantee. The estimated amount payable for the initial 3 year contract is PS60,000.

The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 23 of November 2024 (00:00am).

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to kieran.james-paterson@nhs.net. Additional information: The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 23rd of November 2024 (00:00am).

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime. Written representations should be sent to kieran.james-paterson@nhs.net

Decision-Makers:

Greenwich Joint Commissioning Board (07.11.2024)

Relative Importance of the Key Criteria:

Quality & Innovation - 20.00%
Value - 20.00%
Integration, Collaboration & Service Sustainability - 20.00%
Improving Access, Reducing Health Inequalities & Facilitating Choice - 20.00%
Social Value - 20.00%

Rationale for the Relative Importance of the Key Criteria:

A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.

The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.

Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome

Rationale for Provider Selection:

The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire and progressed in the procurement.

Providers were assessed against a threshold score of 50.00% of the available score for each of the Key Criteria (i.e. a minimum of 10.00% was required).

Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the Provider(s) who exceeded the threshold score in each category.

Conflicts of Interest:

To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.

Procurement Information

The notice relates to the Authority's procurement of the Greenwich Community Anticoagulation Service. The service is an existing healthcare service and will be provided by a mix of existing and new Providers.<br/><br/>A previous notice inviting registrations was issued at the following link: https://www.find-tender.service.gov.uk/Notice/025727-2024<br/><br/>This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. <br/><br/>The Authority intends to award the contract under the Most Suitable Provider (MSP) Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 10).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-048ab5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037964-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85323000 - Community health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£60,000 Under £100K

Notice Dates

Publication Date
25 Nov 20241 years ago
Submission Deadline
Not specified
Future Notice Date
30 Sep 2024Expired
Award Date
12 Nov 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH EAST LONDON INTEGRATED CARE BOARD
Contact Name
Kieran James Paterson
Contact Email
kieran.james-paterson@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 2QH
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI5 Outer London - East and North East, TLI51 Bexley and Greenwich

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

Supplier Information

Number of Suppliers
1
Supplier Name

PLEASE SEE ADDITIONAL INFORMATION BOX FOR AWARDED SUPPLIERS

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-048ab5-2024-11-25T11:07:55Z",
    "date": "2024-11-25T11:07:55Z",
    "ocid": "ocds-h6vhtk-048ab5",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-048ab5",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85323000",
            "description": "Community health services"
        },
        "mainProcurementCategory": "services",
        "description": "PRJ2071 SEL Greenwich Community Anticoagulation (Warfarin) Service - Confirmation of Contract Award Notice",
        "lots": [
            {
                "id": "1",
                "description": "The notice relates to the Authority's procurement of the Greenwich Community Anticoagulation Service. The service is an existing healthcare service and will be provided by a mix of existing and new Providers.<br/><br/>A previous notice inviting registrations was issued at the following link: https://www.find-tender.service.gov.uk/Notice/025727-2024<br/><br/>This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. <br/><br/>The Authority intends to award the contract under the Most Suitable Provider (MSP) Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 10).<br/><br/>The contract will start on the 1st of February 2025 and run for a period of 3 years until 31st of January 2028, with a further extension option of up to 2 years to 31st of January 2030 at the sole discretion of the Authority.<br/><br/>There is no indicative annual value of the proposed contract as this is a cost and volume contract, with no minimum activity guarantee. The estimated amount payable for the initial 3 year contract is PS60,000.<br/><br/>The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 23 of November 2024 (00:00am).<br/><br/>This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to kieran.james-paterson@nhs.net. Additional information: The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 23rd of November 2024 (00:00am).<br/><br/>This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime. Written representations should be sent to kieran.james-paterson@nhs.net<br/><br/>Decision-Makers:<br/><br/>Greenwich Joint Commissioning Board (07.11.2024)<br/><br/>Relative Importance of the Key Criteria:<br/><br/>Quality & Innovation - 20.00%<br/>Value - 20.00%<br/>Integration, Collaboration & Service Sustainability - 20.00%<br/>Improving Access, Reducing Health Inequalities & Facilitating Choice - 20.00%<br/>Social Value - 20.00%<br/><br/>Rationale for the Relative Importance of the Key Criteria:<br/><br/>A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.<br/><br/>The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.<br/><br/>Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome<br/><br/>Rationale for Provider Selection:<br/><br/>The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire and progressed in the procurement.<br/><br/>Providers were assessed against a threshold score of 50.00% of the available score for each of the Key Criteria (i.e. a minimum of 10.00% was required).<br/><br/>Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the Provider(s) who exceeded the threshold score in each category.<br/><br/>Conflicts of Interest:<br/><br/>To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "MSP Process (PSR 5 Key Criteria)",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "name": "MSP Process (PSR 5 Key Criteria)",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI51"
                    },
                    {
                        "region": "UKI5"
                    }
                ],
                "deliveryLocation": {
                    "description": "Greenwich"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-10-01T00:00:00+01:00",
            "atypicalToolUrl": "https://health-family.force.com/s/Welcome"
        },
        "coveredBy": [
            "GPA"
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "reviewDetails": "The standstill period will run from the 13th of November 2024 (00:00am) until the 23rd of November 2024 (00:00am).",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The notice relates to the Authority's procurement of the Greenwich Community Anticoagulation Service. The service is an existing healthcare service and will be provided by a mix of existing and new Providers.<br/><br/>A previous notice inviting registrations was issued at the following link: https://www.find-tender.service.gov.uk/Notice/025727-2024<br/><br/>This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. <br/><br/>The Authority intends to award the contract under the Most Suitable Provider (MSP) Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 10).",
        "amendments": [
            {
                "id": "1",
                "description": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. This contract has now been formally awarded using the competitive process.The standstill period has now closed with no representations made and no reviews required."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-91933",
            "name": "NHS South East London Integrated Care Board",
            "identifier": {
                "legalName": "NHS South East London Integrated Care Board"
            },
            "address": {
                "streetAddress": "Southwark Coucil 160 Tooley Street",
                "locality": "London",
                "region": "UKI44",
                "postalCode": "SE1 2QH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kieran James Paterson",
                "email": "kieran.james-paterson@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.selondonics.org/icb",
                "buyerProfile": "https://www.selondonics.org/icb",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-130231",
            "name": "Please See Additional Information Box for Awarded Suppliers",
            "identifier": {
                "legalName": "Please See Additional Information Box for Awarded Suppliers",
                "id": "N/A"
            },
            "address": {
                "streetAddress": "UNEX Tower, 5 Station Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "E15 1DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7503236702",
                "email": "kieran.james-paterson@nhs.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.londoncommercialhub.nhs.uk/",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-128716",
            "name": "NHS London Commercial Hub",
            "identifier": {
                "legalName": "NHS London Commercial Hub"
            },
            "address": {
                "streetAddress": "UNEX Tower 5 Station Street",
                "locality": "London",
                "postalCode": "E15 1DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-91933",
        "name": "NHS South East London Integrated Care Board"
    },
    "language": "en",
    "description": "Suppliers Awarded To:<br/><br/>Blackheath Standard Surgery, 11 - 13 Charlton Road, London SE3 7EU - Existing Provider<br/><br/>Eltham Medical Practice, 30 Passey Place, London SE9 5DQ - Existing Provider<br/><br/>Eltham Palace Surgery, Eltham Community Hospital, Passey Place, London SE9 5DQ - Existing Provider<br/><br/>Expertreturn, Mangal Pharmacy 59 Well Hall Road, London, United Kingdom, SE9 6SZ - Existing Provider<br/><br/>Heritage PCN (Triveni PMS Surgery), Escreet Grove, London SE18 5TE - New Provider<br/><br/>PE Logan Pharmacy, 209 Trafalgar Road, London SE10 9EQ - Existing Provider<br/><br/>Royal Arsenal Medical Centre, 21 Arsenal Way, London SE18 6TE - New Provider<br/><br/>St Marks Medical Centre, 24 Wrottesley Road, London SE18 3EP - New Provider<br/><br/>Thamesmead Medical Associates - Gallions Reach Health Centre, Bentham Road, London SE28 8BE - Existing Provider",
    "awards": [
        {
            "id": "036693-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-130231",
                    "name": "Please See Additional Information Box for Awarded Suppliers"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "036693-2024-1",
            "awardID": "036693-2024-1",
            "status": "active",
            "value": {
                "amount": 60000,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-12T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            }
        ]
    }
}