Published date: 29 April 2021

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 4 June 2021, 12pm

Contract summary

Industry

  • Medical consumables - 33140000

  • Health and social work services - 85000000

Location of contract

e16 2qu

Value of contract

£3,500,000

Procurement reference

Round 1 Fusion Reference: ITTN21

Published date

29 April 2021

Closing date

4 June 2021

Closing time

12pm

Contract start date

1 October 2021

Contract end date

30 September 2025

Contract type

Service contract

Procedure type

Call-off from a dynamic purchasing system

A mini-competition or direct purchase from a pre-established dynamic purchasing system.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


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.


More information

Previous notice about this procurement

Pharmacy Soft DPS

  • Early engagement
  • Published 14 April 2021

Links

Additional text

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 £1,760,000
Estimated Lot 2a: Specialist Services (EHC) Total Aggregate Value £380,000
Estimated Lot 2b: Specialist


About the buyer

Address

London Borough of Newham
1000 Dockside Road
London
E16 2QU
England

Email

eprocurement@onesource.co.uk

Website

www.newham.gov.uk