Opportunity

YPO - Public Health DPS

  • YPO

F02: Contract notice

Notice reference: 2021/S 000-019069

Published 6 August 2021, 3:07pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Supply Chain Team

Email

supplychains@useadam.co.uk

Telephone

+44 3330032387

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk

Buyer's address

https://adamprocure.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://demand.sproc.net

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://adamprocure.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - Public Health DPS

Reference number

YPO - Public Health DPS

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

YPO is seeking to establish a Dynamic Purchasing System (DPS) for the provision of Public Health related service by YPO's permissible users. The DPS will be used as a mechanism through which Contracting Authorities will procure Public Health related services, software and related products.

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

1. Health Checks

Lot No

1

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The NHS Health Check is a health check up for adults in England aged 40 to 74. It is designed to spot early signs of stroke, kidney disease, heart disease, type 2 diabetes, or dementia. Source NHS website

Each commissioner will define their requirements and the service may comprise of a range of activities, including, but not limited to.

• inviting individuals to attend a Health Check

• opportunistic targeting of individuals for a Health Check

• provision of the Health Check in a range of appropriate settings

• associated consumables and equipment

The provider will deliver a service in accordance with the call off specification defined by the customer.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027

two.2) Description

two.2.1) Title

2. Weight Management (Adults and Children)

Lot No

2

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide weight management services that may be form part of a wider local programme or integrated service. Providers will often only be able to offer services that are of a specific theme, such as exercise, walking groups or digital platform support. This includes associated consumables and equipment.

Commissioners are likely to refer to guidance from Public Health England, NHS and NICE when specifying their requirements and providers should be familiar with this delivery of services aligned with this.

The provider will deliver a service in accordance with the call off specification defined by the commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

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

3. Smoking Related / Tobacco Control

Lot No

3

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide smoking related services, such as, but not limited to, smoking cessation, treatment programmes, training, local enhanced services (LES) and advice that may form part of a wider local programme or integrated service. This will include digital platforms and associated equipment / consumables.

Commissioners are likely to refer to guidance from Public Health England, NHS and NICE when specifying their requirements and providers should be familiar with this delivery of services aligned with this.

The provider will deliver a service in accordance with the call off specification defined by the commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.

two.2) Description

two.2.1) Title

4. Sexual Health services (including GP, pharmacy, integrated services)

Lot No

4

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide sexual health related services, such as, but not limited to, clinical outreach service level 1 and 2, specialist level 3 genito urinary medicine and contraception, condom distribution scheme, psychosexual counselling service, that may form part of a wider local programme or integrated service. This will include digital platforms and associated equipment and consumables.

Commissioners are likely to refer to guidance from Public Health England, NHS and NICE when specifying their requirements and providers should be familiar with this delivery of services aligned with this.

The provider will deliver a service in accordance with the call off specification defined by the commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.

two.2) Description

two.2.1) Title

5. Drug and alcohol related services - Adults and Young people

Lot No

5

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide drug and alcohol related services, such as, but not limited to, harm reduction support and advice, detox, needle exchange, supervised consumption, residential services that may form part of a wider local programme or integrated service. This will include digital platforms and associated equipment and consumables and point of care testing.

Commissioners are likely to refer to guidance from Public Health England, NHS and NICE when specifying their requirements and providers should be familiar with this delivery of services aligned with this.

The provider will deliver a service in accordance with the call off specification defined by the commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.

two.2) Description

two.2.1) Title

6. Wellbeing / Lifestyle Services (including integrated services, adults and children, families)

Lot No

6

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide wider wellbeing / lifestyle services that encompass some or all of the services covered in other lots. This may include a fully integrated service model. This will include digital platforms and associated equipment and consumables.

Commissioners are likely to refer to guidance from Public Health England, NHS and NICE when specifying their requirements and providers should be familiar with this delivery of services aligned with this.

The provider will deliver a service in accordance with the call off specification defined by the commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027

two.2) Description

two.2.1) Title

7. Other associated Public Health services (for example, but not limited to, suicide prevention training, community wellbeing)

Lot No

7

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide other services linked to Public Health provision.

Commissioners are likely to refer to guidance from Public Health England, NHS and NICE when specifying their requirements and providers should be familiar with this delivery of services aligned with this. This will include digital platforms and associated equipment and consumables.

The provider will deliver a service in accordance with the call off specification defined by the commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.

two.2) Description

two.2.1) Title

Immunisation

Lot No

8

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide a range of immunisation services including, but not limited to influenza and HPV to both adults and children. This will include digital platforms and associated equipment and consumables.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.

two.2) Description

two.2.1) Title

Vaccination

Lot No

9

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide a range of vaccination services for adults and children. This will include digital platforms and associated equipment and consumables.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.

two.2) Description

two.2.1) Title

Public Health Nursing 0 to 19 (or up to 25)

Lot No

10

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide, but not limited to, Health Visiting Services - delivering the Healthy Child Programme 0-5 and 5 universal mandated health visiting reviews, School Nursing (5-19) Services - delivering the Healthy Child programme 5-19 and National Child Measurement Programme. Specialist Breastfeeding and Parental Adult Mental Health Nursing Services (integrated within the Health Visiting Service)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 5.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Yes - This DPS will cover period from 6th August 2021 to 6th August 2027, with no options to extend. The maximum DPS duration will therefore be 6 years from 6th August 2021 to 6th August 2027.


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

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

The execution of the contract is restricted to the framework of sheltered employment programmes

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the DPS Establishment Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in 'Communication' Section in this notice.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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.2.2) Time limit for receipt of tenders or requests to participate

Date

9 August 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 90 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

YPO are purchasing on the behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users . YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

adam HTT Limited

Milton Keynes

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

Country

United Kingdom