Section one: Contracting authority
one.1) Name and addresses
London Borough of Newham
1000 Dockside Road
London
E16 2QU
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS)
Reference number
Round 1 Fusion Reference: ITTN21
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
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
two.2) Description
two.2.1) Title
Lot 1: Core Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85149000 - Pharmacy services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
London Borough of Newham
two.2.4) Description of the procurement
Estimated Lot 1: Core Services Total Aggregate Value £1,760,000 (£220,000 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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £1,760,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2: Specialist Services
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 85149000 - Pharmacy services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
London Borough of Newham
two.2.4) Description of the procurement
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 £380,000 (£47,500 per annum)
Estimated Lot 2b: Specialist Services (Needle exchange, naloxone provision and Supervised Consumption) Total Aggregate Value £1,360,000 (£170,000 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
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £1,740,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Full details can be found in the tender documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
Full details can be found in the tender documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Full details can be found in the tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-007842
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 June 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Quality weighting advised on this notice is for admission for the PDPS.
All services will be tariff based.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom