Covid-19 nMAB Infusion Service at Home

A Contract Award Notice
by NHS SURREY HEARTLANDS INTEGRATED CARE BOARD

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£408K
Sector
HEALTH
Published
22 Aug 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Homes of patients registered with a GP in: Surrey Heartlands ICB - East Surrey, Guildford & Waverley, Surrey Downs Frimley ICB

Geochart for 1 buyers and 1 suppliers

1 buyer

1 supplier

Description

This contract is for the provision of a nurse led homecare service to administer intravenous COVID-19 neutralising monoclonal antibodies to eligible community patients registered with a GP in Surrey Heartlands or Frimley in line with NICE TA878.

Total Quantity or Scope

This notice is an intention to award a contract under the PSR, having followed a competitive process. The contract is for the value of £408,000 over three years. This is a new service provider following notice having been given by a prior supplier for an existing service. During the interim period IV administration has needed to be delivered at a specialist centre in the absence of an infusion service at home. The service will commence on 1st October 2024; the contract will expire on 30th September 2027. This contract is for the provision of a nurse led homecare service to administer intravenous COVID-19 neutralising monoclonal antibodies to eligible community patients registered with a GP in Surrey Heartlands ICB except North West Surrey Place which has alternate provision and Frimley ICB in line with NICE TA878. Patients will have been clinically assessed by East Berkshire Primary Care Trust (EBPCT) and where necessary prescribed IV therapy due to their individual patient circumstances. The IV therapy is dispensed and delivered by a named community pharmacy in Surrey Heartlands or Frimley which will refer patients onto the home care IV administration service. EBPCT is also responsible for clinically assessing patients who may be geographically located in the Surrey Heartlands and Frimley areas (except North West Surrey in Surrey Heartlands), explicitly patients in detained estate or Mental Health wards and patients who are holiday in the area. The aim of the service is to ensure patients within the ICS' can access the provision of homecare IV fairly and equitably and that all patients referred into the service receive IV therapy with 5 days of symptom onset. Some patients may receive therapy on day 6 or 7 with the agreement of the prescribing trust.

Award Detail

1 Ashfield Healthcare (None)
  • Reference: 026822-2024-1
  • Value: £408,000

Award Criteria

price _

CPV Codes

  • 85141200 - Services provided by nurses

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on 3rd September 2024. 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 syheartlandsicb.contractsadmin@nhs.net. Award Decision makers: Evaluation Panel, Surrey Heartlands Commissioning, Contracting and Commercial Committee - Meetings in May and July 2024, Executive Director of Recovery and Sustainability No Conflicts of Interest were declared for this competitive process. The PSR Key Criteria were allocated in the following weightings: Key Criteria 1: Quality & Innovation 25% Key Criteria 2: Value 26% Key Criteria 3: Integration, Collaboration and Service Sustainability 24% Key Criteria 4: Improving access, reducing health inequalities, and facilitating choice 15% Key Criteria 5: Social Value 10% Key criteria 1-3 were of effective equal weighting due to an emphasis on the need for assurance regards service model quality, delivery, sustainability, and cost implications inherent therein. Additionally, it was important to gain confidence in a bidder’s ability to mobilise the service efficiently demonstrating collaboration and team working during this time and for future service delivery. The Authority sought a most economically advantageous response. The number of technical evaluation questions posed for each Key Criteria 1-3 differed as the breadth of information altered hence the small percentage differences. Key Criteria 4 and 5 were allocated a reduced weighting because some elements of Key Criteria 4 are outside of the control of the provider due to its referral receipt status. Key criteria 5 was allocated the minimum weighting but this was still considered adequate for bidders to demonstrate their credentials in this arena with a weighting influential enough to impact their status in the procurement process. The winning bidder achieved the highest scores in relation to Key Criteria 2, 4 and 5.

Reference

Domains