Tender

Pharmacists' Common Registration Examination

  • General Pharmaceutical Council

F02: Contract notice

Notice identifier: 2024/S 000-024590

Procurement identifier (OCID): ocds-h6vhtk-0455ea

Published 5 August 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

General Pharmaceutical Council

Level 14, One Cabot Square, Canary Wharf

London

E14 4QJ

Contact

Procurement Lead

Email

procurement@pharmacyregulation.org

Telephone

+44 2037138000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.bipsolutions.com

Buyer's address

https://www.delta-esourcing.com/tenders/UK858641854

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Pharmacy-services./4KZSR2K89U

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.delta-esourcing.com

one.4) Type of the contracting authority

Other type

Pharmacy health regulator

one.5) Main activity

Other activity

Pharmacy health regulation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Pharmacists' Common Registration Examination

Reference number

GPhC102

two.1.2) Main CPV code

  • 85149000 - Pharmacy services

two.1.3) Type of contract

Services

two.1.4) Short description

The General Pharmaceutical Council (GPhC) is seeking experienced providers of high stakes online professional assessment examinations, together with the associated administrative education services such as the sourcing of suitable, and accessible venues from which an online computer based examination can be administered. The scope of services includes delivery of a secure computer-based assessment to candidates on two single agreed dates in test locations distributed across the UK; a secure platform that manages exam questions in multiple formats; test booking services; candidate support services; invigilation services; proctoring services (as required); reporting services and other related services.

N.B. The title of this tender has changed from 'Online National Pharmacy Registration Assessment Examination' shown in the original PIN published 29/04/2024 (Delta reference 858641854 FTS Ref.013803-2024), and the estimated total value has been adjusted down from £4.8m to £4m, but all other details including the scope remain unchanged.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80400000 - Adult and other education services
  • 80430000 - Adult-education services at university level
  • 80490000 - Operation of an educational centre
  • 85149000 - Pharmacy services
  • 75121000 - Administrative educational services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The General Pharmaceutical Council's (GPhC's) Pharmacists' Common Registration Examination is hosted across a number of geographical locations within the UK. The scope of services includes delivery of a secure computer-based assessment to candidates on two single agreed dates in test locations distributed across the UK; a secure platform that manages exam questions in multiple formats; test booking services; candidate support services; invigilation services; proctoring services (as required); reporting services and other related services. The current format of the delivery model for this examination is that all candidates sit the exam on the same day which is held once in the summer and once in the autumn. This delivery model is the preferred method of the GPhC. The contract procedure for this tender opportunity will be in accordance with regulation 29 of the Public Contracts Regulations 2015 "Competitive procedure with negotiation" (CPN).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Start date

1 January 2026

End date

31 December 2029

This contract is subject to renewal

Yes

Description of renewals

Initial contract terms is for 24 months with option to extend for a further 2 periods of 12 months each - 48 months in total, At the end of the 48 month period (or sooner if not extended) the contract will be retendered for renewal.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

In the competitive procedure with negotiation, the minimum number of candidates shall be 3 in accordance with reg.65(4).

Stage 1 will comprise of a standard Supplier Questionnaire together with 5 additional service specific questions that will be weighted and scored. Shortlisted bidders will be invited to submit their outline tender proposal at stage 2. Please do not submit a tender response at the same time as you submit your supplier questionnaire proposal as it will not be opened or scored.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Please complete the Supplier Questionnaire by the initial closing date of 5th September 2024 at 17:00 BST Noon. Although the tender documents are included for you to examine, please DO NOT submit a tender proposal unless you are shortlisted and invited to do so. Any TENDER proposals submitted on 5th September 2024 will NOT be evaluated.


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

There are no restrictions on who can participate in this tender, and it is not reserved for any particular profession or member of a trade body, however potential bidders should be able to confirm that they can meet all the requirement is the specification as the GPhC wants the operational delivery of the examination to be solely the responsibility of the supplier from end to end.

A summary of the essential minimum requirements include (but not limited to):

- experience of providing high stakes exams sittings including offering a candidate management service

-- ability to deliver online assessments for the UK in decentralised locations providing one day sittings for 4,000 exams in the summer and 1,500 in the autumn

- sufficient capability and experience to submit a bid against the high-level requirements such as online exams,

- ability to provide a full invigilation service

N.B. The GPhC is in the process of reviewing its examination processes, but has no plans within the next two years to change its current delivery model. Bidders are asked to only submit proposals that reflect the current service delivery model, in order to reduce the amount of disruption to the current examination process.

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.2) Conditions related to the contract

three.2.2) Contract performance conditions

Suggested SLA and KPIs are included in the tender documents. However, these are aspects of the contract that the GPhC and the shortlisted bidder(s) may negotiate.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 2024/S 000-013803

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

Date

5 September 2024

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 September 2024

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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Earliest after 2 years (July 2026 for new contract start date January 2028) or Latest July 2028 for new contract start day January 2030.

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement and the primary bidder must have sufficient resources or capacity to be able to manage and deliver the required end to end service.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Pharmacy-services./4KZSR2K89U

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/4KZSR2K89U

GO Reference: GO-202485-PRO-27274523

six.4) Procedures for review

six.4.1) Review body

General Pharmaceutical Council

Level 14, One Cabot Square, Canary Wharf

London

E14 4QJ

Email

procurement@pharmacyregulation.org

Country

United Kingdom

Internet address

https://www.pharmacyregulation.org