Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad dyfarnu contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Brighton and Hove Clinical Commissioning Group
Hove Town Hall, Norton Rd
Hove
BN3 4AH
UK
Ffôn: +44 1273403629
E-bost: aelliott1@nhs.net
NUTS: UKJ21
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.brightonandhoveccg.nhs.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Community Pharmacy Anti-coagulation Management Service
Cyfeirnod: NHS/SOEPS/16.271
II.1.2) Prif god CPV
85100000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Brighton and Hove Clinical Commissioning Group are looking to commission a new Community Pharmacy Anti-coagulation Monitoring Service (CPAMS) from 1.6.2018. Brighton and Hove CCG are looking to work in partnership with the successful provider to develop and deliver an innovative service throughout the contract terms, which offers its patients the best possible experience and supports the cardiovascular pathway. The new service will need to be in place by 1.6.2018. This NHS standard contract will be let for an initial 3 year period, with a single option to extend for a further 2 years (3+2). The contract envelope ceiling for the initial 3 year period is 2 625 000 GBP. The activity and contract values for years 4 or 5 are unknown.
The tender documents are available with free, unrestricted access at:
https://in-tendhost.co.uk/soepscommissioning/aspx/Home.
The deadline for receipt of completed bid submissions is 12pm (midday) on Friday 19.1.2018.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 2 625 000.00 EUR
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKJ21
II.2.4) Disgrifiad o’r caffaeliad
Aims
The CCG wishes to offer a clinically effective and safe, standardised anti-coagulation management service to patients receiving anti-coagulation therapy, within Brighton and Hove, offering choice and flexibility to the patient as to how and where their therapy is conducted.
The service is required to enable a cohort of eligible patients to test their own INR at home. Patients will be identified using eligibility criteria outlined in the service specification. The service will then train and assess the patients’ ability to use their own meter and read and record test their INR results. The service will manage and monitor individuals self-testing to ensure appropriate frequency of INR testing.
The service will support patient choice and refer back to primary care where a DOAC is considered as a more preferable and appropriate option at initiation (rather than warfarin) or switching to a DOAC would be clinically preferable when identified.
The service is also responsible for training of its own practitioners to the required standard to deliver the service provision of equipment and consumables, IM&T enabling read-only access for GPs. The service is responsible for ensuring consumable clinical and non-clinical equipment is stored appropriately.
The service is responsible for carrying out internal clinical audit. Should the CCG require any audit information, this will be shared with the CCG in a timely manner. The CCG will provide at least 6 weeks’ notice to the provider.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2017/S 244-510438
Section V: Dyfarnu contract
Rhif Contract: 1
Teitl: Community Pharmacy Anti-coagulation Management Service
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
25/04/2018
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Boots UK Ltd
Nottingham
NG2 3AA
UK
NUTS: UKF14
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 2 625 000.00 GBP
Cyfanswm gwerth y contract/lot: 2 625 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Refer to South of England Procurement Services to trigger the review process. This process can be further escalated to NHS Improvement.
36-38 Friars Walk
Lewes
BN7 2PB
UK
E-bost: aelliott1@nhs.net
Cyfeiriad(au) rhyngrwyd
URL: http://www.soeprocurement.nhs.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
25/09/2018