Tender

Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS)

ONESOURCE PARTNERSHIP LTD

This public procurement record has 2 releases in its history.

Tender

29 Apr 2021 at 15:20

Planning

14 Apr 2021 at 14:16

Summary of the contracting process

The London Borough of Newham, through ONESOURCE PARTNERSHIP LTD, is conducting a tender for the Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS) aimed at enhancing public health services. The procurement is primarily focused on the provision of Core Services, which includes Stop Smoking Support and STI screening, as well as Specialist Services such as Emergency Hormonal Contraception and Needle Exchange. The tender is currently in the planning stage with bids due by 4 June 2021. The anticipated contract period will commence on 1 October 2021 and extend until 30 September 2025, with a potential two-year extension. This procurement process falls under the light-touch regime as defined by the Public Contracts Regulations 2015 and aims to ensure transparency and equal treatment for all participants. The estimated total value of the contract is £3.5 million over its duration.

This tender presents significant growth opportunities for businesses, particularly those in the healthcare and pharmacy sectors, as ONESOURCE PARTNERSHIP LTD aims to engage local providers who can deliver services directly within Newham's neighbourhoods. The structure of the procurement allows for both experienced service providers and small to medium-sized enterprises (SMEs) to participate, especially for businesses capable of offering innovative community health solutions. By collaborating with the council, providers can contribute to the Health and Wellbeing Strategy while enhancing their service offerings in areas such as sexual health, smoking cessation, and substance misuse support, thus enabling them to tap into the evolving public health landscape.

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 Pharmacy Pseudo-Dynamic Purchasing System (PDPS)

Notice Description

The London Borough of Newham (LBN) (The "Authority") wishes to invite Tenders for the supply of services in respect of Public Health Pharmacy services. The services include: * Lot 1: Core Services (including Stop Smoking Support, STI screening and C-card - Condoms) * Lot 2: Specialist Services (including, but not limited to; Emergency Hormonal Contraception, Needle Exchange and Supervised Consumption) These Pharmacy-based services will enable equitable access for those residents that are less likely to travel to specialist centres or use the internet for key public health services. The services will help to achieve a number of the 50 Steps within the Health & Wellbeing Strategy, and contracts for small local businesses are consistent with the Community Wealth Building strategy (CWB). The successful Provider(s) will be responsible for providing this service and liaising closely with the Contract Manager and/or Commissioner identified by the Authority Lot 2 is segmented into the below sub-lots: 2a Emergency Hormonal Contraception (EHC) 2b Needle exchange, naloxone provision and Supervised Consumption Each Lot 2 sub-lot is further segmented into Community Neighbourhoods. During the lifetime of the PDPS, Commissioners - in consultation with providers and North East London Pharmaceutical Committee (NEL LPC) - may seek to expand the scope of Core and Specialist Services in response to resident need, public health policy or legislative change. This may require a contract variation The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers). Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. The Authority is using the one stage procedure for admission onto the Pseudo-DPS This Light Touch PDPS will be conducted in Rounds. The initial "Round" for this Light Touch PDPS will close on 04/06/2021. Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. Each "Round" will be open to new or previously unsuccessful Providers to submit their bid. A new Round will be opened within 48hrs of a Round closing. *Please note the length of Rounds will vary throughout the lifetime of the PDPS. Timetables of that Round will be included in the PDPS tender documents* when that Round is published. It is intended that the PDPS will be opened twice in the first year (until October 2022) and once a year following that. Further 'Rounds' will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable. Additional information: The Authority will add Potential Providers to the PDPS throughout its duration, providing Potential Providers meet the requirement as outlined in this ITT and submit an Application, which is found to be compliant. A Provider wanting to join the Public Health Pharmacy PDPS will be required to apply through the Council's procurement e-tendering portal Fusion. Potential Providers are invited to Tender for Lot 1: Core Services. Any provider wishing to bid for Lot 2: Specialist Services, Show less additional text must also be bid for Lot 1: Core Services. Providers will only be awarded Lot 2: Specialist Services, if they are awarded for Lot 1: Core Services. The Authority is looking to award a minimum of two 'specialist' providers per Community Neighbourhood area. In the event that there are more than 2 applications in one community neighbourhoods, the two highest scoring providers in each neighbourhood will be awarded. The Council may in its discretion award to more than 2 providers during the lifetime of the DPS depending on factors such as policy change, population density, pharmacy distribution and geographical proximity to specialist services. Additional providers will be awarded according to their rank, meaning the highest scoring providers will be awarded. Tenderers should be aware that, to be considered for award of this PDPS, they must achieve a qualitative evaluation score of no less than 100% for Lot 1: Core Services and 60% for Lot 2 Specialist Services Any provider wishing to bid for Lot 2, must also be bid for Lot 1. Providers will only be awarded Lot 2: Specialist Services, if they are awarded for Lot 1: Core Services The Authority is looking to award a minimum of two 'specialist' providers per Community Neighbourhood area. If less than two pharmacies meet the required standards for specialist provision at the time of Round 1 Contract Award, the Authority will work with the awarded Lot 1: Core Service Pharmacies to develop their capacity as required in order to submit their Application for Lot 2: Specialist Services in future Rounds. In the event that there are more than 2 applications in one community neighbourhoods, the two highest scoring providers in each neighbourhood will be awarded. The Council may in its discretion award to more than 2 providers during the lifetime of the DPS depending on population density, pharmacy distribution and geographical proximity to specialist services. Additional providers will be awarded according to their rank, meaning the highest scoring providers will be awarded. These services are tariff based and will be evaluated on 100% Quality. The Public Health Pharmacy PDPS will be 4 years with optional extension of 2+2 years Estimated Lot 1: Core Services Total Aggregate Value PS1,760,000 Estimated Lot 2a: Specialist Services (EHC) Total Aggregate Value PS380,000 Estimated Lot 2b: Specialist

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c3f892d4-bb0f-4eb5-aed9-16916b1e2226
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5919c5ff-4102-4a4a-b959-13d80437b15b
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a dynamic purchasing system
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services


CPV Codes

33140000 - Medical consumables

85000000 - Health and social work services

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Apr 20214 years ago
Submission Deadline
4 Jun 2021Expired
Future Notice Date
21 Apr 2021Expired
Award Date
Not specified
Contract Period
30 Sep 2021 - 30 Sep 2025 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
ONESOURCE PARTNERSHIP LTD
Contact Name
Madalina Pop
Contact Email
eprocurement@onesource.co.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E16 2QU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Royal Albert
Westminster Constituency
West Ham and Beckton

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-b5fd17-c3f892d4-bb0f-4eb5-aed9-16916b1e2226-2021-04-29T16:20:41+01:00",
    "date": "2021-04-29T16:20:41+01:00",
    "ocid": "ocds-b5fd17-c3f892d4-bb0f-4eb5-aed9-16916b1e2226",
    "language": "en",
    "initiationType": "tender",
    "title": "Pharmacy Soft DPS",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2021-04-21T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bdd1c048-983f-43f3-8b66-6c46ae297aa0",
                "datePublished": "2021-04-14T15:16:25+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "marketStudies",
                "description": "Registration Form",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/21307a76-1235-4649-b0a7-e68343158aa2",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "tender": {
        "id": "Round 1 Fusion Reference: ITTN21",
        "title": "Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS)",
        "description": "The London Borough of Newham (LBN) (The \"Authority\") wishes to invite Tenders for the supply of services in respect of Public Health Pharmacy services. The services include: * Lot 1: Core Services (including Stop Smoking Support, STI screening and C-card - Condoms) * Lot 2: Specialist Services (including, but not limited to; Emergency Hormonal Contraception, Needle Exchange and Supervised Consumption) These Pharmacy-based services will enable equitable access for those residents that are less likely to travel to specialist centres or use the internet for key public health services. The services will help to achieve a number of the 50 Steps within the Health & Wellbeing Strategy, and contracts for small local businesses are consistent with the Community Wealth Building strategy (CWB). The successful Provider(s) will be responsible for providing this service and liaising closely with the Contract Manager and/or Commissioner identified by the Authority Lot 2 is segmented into the below sub-lots: 2a Emergency Hormonal Contraception (EHC) 2b Needle exchange, naloxone provision and Supervised Consumption Each Lot 2 sub-lot is further segmented into Community Neighbourhoods. During the lifetime of the PDPS, Commissioners - in consultation with providers and North East London Pharmaceutical Committee (NEL LPC) - may seek to expand the scope of Core and Specialist Services in response to resident need, public health policy or legislative change. This may require a contract variation The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers). Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. The Authority is using the one stage procedure for admission onto the Pseudo-DPS This Light Touch PDPS will be conducted in Rounds. The initial \"Round\" for this Light Touch PDPS will close on 04/06/2021. Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. Each \"Round\" will be open to new or previously unsuccessful Providers to submit their bid. A new Round will be opened within 48hrs of a Round closing. *Please note the length of Rounds will vary throughout the lifetime of the PDPS. Timetables of that Round will be included in the PDPS tender documents* when that Round is published. It is intended that the PDPS will be opened twice in the first year (until October 2022) and once a year following that. Further 'Rounds' will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable. Additional information: The Authority will add Potential Providers to the PDPS throughout its duration, providing Potential Providers meet the requirement as outlined in this ITT and submit an Application, which is found to be compliant. A Provider wanting to join the Public Health Pharmacy PDPS will be required to apply through the Council's procurement e-tendering portal Fusion. Potential Providers are invited to Tender for Lot 1: Core Services. Any provider wishing to bid for Lot 2: Specialist Services, Show less additional text must also be bid for Lot 1: Core Services. Providers will only be awarded Lot 2: Specialist Services, if they are awarded for Lot 1: Core Services. The Authority is looking to award a minimum of two 'specialist' providers per Community Neighbourhood area. In the event that there are more than 2 applications in one community neighbourhoods, the two highest scoring providers in each neighbourhood will be awarded. The Council may in its discretion award to more than 2 providers during the lifetime of the DPS depending on factors such as policy change, population density, pharmacy distribution and geographical proximity to specialist services. Additional providers will be awarded according to their rank, meaning the highest scoring providers will be awarded. Tenderers should be aware that, to be considered for award of this PDPS, they must achieve a qualitative evaluation score of no less than 100% for Lot 1: Core Services and 60% for Lot 2 Specialist Services Any provider wishing to bid for Lot 2, must also be bid for Lot 1. Providers will only be awarded Lot 2: Specialist Services, if they are awarded for Lot 1: Core Services The Authority is looking to award a minimum of two 'specialist' providers per Community Neighbourhood area. If less than two pharmacies meet the required standards for specialist provision at the time of Round 1 Contract Award, the Authority will work with the awarded Lot 1: Core Service Pharmacies to develop their capacity as required in order to submit their Application for Lot 2: Specialist Services in future Rounds. In the event that there are more than 2 applications in one community neighbourhoods, the two highest scoring providers in each neighbourhood will be awarded. The Council may in its discretion award to more than 2 providers during the lifetime of the DPS depending on population density, pharmacy distribution and geographical proximity to specialist services. Additional providers will be awarded according to their rank, meaning the highest scoring providers will be awarded. These services are tariff based and will be evaluated on 100% Quality. The Public Health Pharmacy PDPS will be 4 years with optional extension of 2+2 years Estimated Lot 1: Core Services Total Aggregate Value PS1,760,000 Estimated Lot 2a: Specialist Services (EHC) Total Aggregate Value PS380,000 Estimated Lot 2b: Specialist",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "33140000",
            "description": "Medical consumables"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85000000",
                "description": "Health and social work services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "e16 2qu"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "datePublished": "2021-04-29T16:20:41+01:00",
        "value": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a dynamic purchasing system",
        "tenderPeriod": {
            "endDate": "2021-06-04T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-10-01T00:00:00+01:00",
            "endDate": "2025-09-30T23:59:59+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5919c5ff-4102-4a4a-b959-13d80437b15b",
                "datePublished": "2021-04-29T16:20:41+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "Oracle Fusion E-tendering Portal",
                "url": "https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/Uf5c2FTF",
            "name": "ONESOURCE PARTNERSHIP LTD",
            "identifier": {
                "legalName": "ONESOURCE PARTNERSHIP LTD",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/Uf5c2FTF"
            },
            "address": {
                "streetAddress": "London Borough of Newham, 1000 Dockside Road",
                "locality": "London",
                "postalCode": "E16 2QU",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Madalina Pop",
                "email": "eprocurement@onesource.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.newham.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/Uf5c2FTF",
        "name": "ONESOURCE PARTNERSHIP LTD"
    }
}