Tender

Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS)

LONDON BOROUGH OF NEWHAM

This public procurement record has 2 releases in its history.

Tender

29 Apr 2021 at 15:18

Planning

14 Apr 2021 at 15:32

Summary of the contracting process

The London Borough of Newham is seeking tenders for the Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS) aimed at delivering essential health and social services. This procurement falls within the health and social work services sector, with an estimated total value of £3,500,000. The tender is currently active, with the deadline for submission set for 4 June 2021. The PDPS will include both core services, such as smoking cessation support, and specialist services, including emergency hormonal contraception and needle exchange programmes. The procurement process adheres to the Public Contracts Regulations 2015, establishing a light-touch regime to ensure transparency and equal treatment for all bidders.

This tender presents significant opportunities for businesses in the health sector, particularly those specialising in pharmacy services, public health, or community health initiatives. Companies with expertise in delivering health-related services and those familiar with the operational aspects of pharmacies would be well-positioned to compete. With the focus on providing equitable access to healthcare in the borough's communities, businesses that can demonstrate experience in similar service delivery or possess innovative solutions for public health challenges will likely find this tender particularly appealing. Additionally, the potential for ongoing rounds throughout the PDPS’s lifetime allows for new participants to engage with this procurement process even after the initial deadline.

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). The Authority has created a tender process outlined below, as part of the Pseudo - Dynamic Purchasing System (PDPS) applying the award criteria specified in this contract notice. 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. 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.

Lot Information

Lot 1: Core Services

Estimated Lot 1: Core Services Total Aggregate Value PS1,760,000 (PS220,000 per annum) Core Services include: - Condom provision - STI screening for Chlamydia and Gonorrhoea (CnG) - Stop smoking provision 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 These services are tariff based and will be evaluated on 100% Quality

Renewal: The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years

Lot 2: Specialist Services

Lot 2 is segmented into the below sub-lots: 2a Emergency Contraception 2b Needle exchange, naloxone provision and Supervised Consumption Each sub-lot is further segmented into Community Neighbourhoods 1:Beckton and Royal Docks 2:Custom House and Canning Town 3:East Ham 4:Forest Gate 5:Green Street 6:Manor Park 7:Plaistow 8:Stratford and West Ham Estimated Lot 2a: Specialist Services (EHC) Total Aggregate Value PS380,000 (PS47,500 per annum) Estimated Lot 2b: Specialist Services (Needle exchange, naloxone provision and Supervised Consumption) Total Aggregate Value PS1,360,000 (PS170,000 per annum) Any provider wishing to bid for Lot 2: Specialist Services, 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. 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. 1.36 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. These services are tariff based and will be evaluated on 100% Quality 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 no less than 60% for Lot 2: Specialist Services

Renewal: The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a613
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009319-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Dynamic, Framework
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

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

85149000 - Pharmacy services

85323000 - Community health services

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
£3,500,000 £1M-£10M
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
30 Sep 2021Expired
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
LONDON BOROUGH OF NEWHAM
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, TLI41 Hackney and Newham

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-h6vhtk-02a613-2021-04-29T16:18:13+01:00",
    "date": "2021-04-29T16:18:13+01:00",
    "ocid": "ocds-h6vhtk-02a613",
    "initiationType": "tender",
    "tender": {
        "id": "Round 1 Fusion Reference: ITTN21",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "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). The Authority has created a tender process outlined below, as part of the Pseudo - Dynamic Purchasing System (PDPS) applying the award criteria specified in this contract notice. 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. 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.",
        "value": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1: Core Services",
                "description": "Estimated Lot 1: Core Services Total Aggregate Value PS1,760,000 (PS220,000 per annum) Core Services include: - Condom provision - STI screening for Chlamydia and Gonorrhoea (CnG) - Stop smoking provision 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 These services are tariff based and will be evaluated on 100% Quality",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "value": {
                    "amount": 1760000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "Lot 2: Specialist Services",
                "description": "Lot 2 is segmented into the below sub-lots: 2a Emergency Contraception 2b Needle exchange, naloxone provision and Supervised Consumption Each sub-lot is further segmented into Community Neighbourhoods 1:Beckton and Royal Docks 2:Custom House and Canning Town 3:East Ham 4:Forest Gate 5:Green Street 6:Manor Park 7:Plaistow 8:Stratford and West Ham Estimated Lot 2a: Specialist Services (EHC) Total Aggregate Value PS380,000 (PS47,500 per annum) Estimated Lot 2b: Specialist Services (Needle exchange, naloxone provision and Supervised Consumption) Total Aggregate Value PS1,360,000 (PS170,000 per annum) Any provider wishing to bid for Lot 2: Specialist Services, 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. 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. 1.36 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. These services are tariff based and will be evaluated on 100% Quality 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 no less than 60% for Lot 2: Specialist Services",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "value": {
                    "amount": 1740000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85149000",
                        "description": "Pharmacy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85323000",
                        "description": "Community health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI41"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "London Borough of Newham"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33140000",
                        "description": "Medical consumables"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85149000",
                        "description": "Pharmacy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85323000",
                        "description": "Community health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI41"
                    }
                ],
                "relatedLot": "2",
                "deliveryLocation": {
                    "description": "London Borough of Newham"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-10-01T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "lotDetails": {
            "awardCriteriaDetails": "Potential Providers are invited to Tender for Lot 1: Core Services. Any provider wishing to bid for Lot 2: Specialist Services, 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 neighbourhood, 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"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Full details can be found in the tender documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Full details can be found in the tender documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Full details can be found in the tender documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "periodRationale": "The procurement involves the setting up of a dynamic purchasing system. The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years"
            }
        },
        "tenderPeriod": {
            "endDate": "2021-06-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-06-04T13:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-06-04T13:00:00+01:00"
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-12402",
            "name": "London Borough of Newham",
            "identifier": {
                "legalName": "London Borough of Newham"
            },
            "address": {
                "streetAddress": "1000 Dockside Road",
                "locality": "London",
                "region": "UKI41",
                "postalCode": "E16 2QU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Madalina Pop",
                "email": "eprocurement@onesource.co.uk",
                "url": "https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.newham.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-88",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-12402",
        "name": "London Borough of Newham"
    },
    "language": "en",
    "description": "Quality weighting advised on this notice is for admission for the PDPS. All services will be tariff based."
}