Public Health Pharmacy Pseudo-Dynamic Purchasing System (PDPS)
A Contract Award Notice
by LONDON BOROUGH OF NEWHAM
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- not specified
- Value
- £70K
- Sector
- HEALTH
- Published
- 16 Dec 2021
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
London Borough of Newham
1 buyer
- London Borough of Newham London
36 suppliers
- Amanah Healthcare London
- Blakeberry Pharmacy London
- Akro Pharmacy London
- Appletree Healthcare London
- Strandhaven London
- Das Krupa London
- Dunedene London
- Frank Mays London
- Ghir London
- Healthcare Concepts London
- Jan Bros London
- Jetsol Pharmacy London
- Juliapharm U K London
- Kalhan London
- Kenwise London
- Lakhani Holdings London
- Laville London
- Mansons Chemist London
- Medicos Prime Health London
- Medinapharm London
- Medipharmacy London
- Meraj London
- Munro Pharmacy London
- Newmans Pharmacy London
- Osbon London
- Pharmacy Team London
- Pharmacyrepublic London
- Pharmaram Pharmacy London
- Rohpharm London
- Royal Docks Pharmacy London
- S & A Pharma London
- Surecare Health Link London
- Vchem Pharmacy London
- Vicarage Consortium London
- Weston London
- Weston Pharmacy London
Description
The London Borough of Newham (LBN) (The "Authority") invited 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) 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.
Lot Division
1 | Core Services 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 |
2 | Specialist Services 2a Emergency Contraception … 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. 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 PDPS 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 Additional information: The Public Health Pharmacy Light Tough Pseudo-Dynamic Purchasing System (PDPS) will be 4 years with optional extension of 2 years + 2 years |
Award Detail
1 | Amanah Healthcare (London)
|
2 | Blakeberry Pharmacy (London)
|
3 | Blakeberry Pharmacy (London)
|
4 | Akro Pharmacy (London)
|
5 | Appletree Healthcare (London)
|
6 | Strandhaven (London)
|
7 | Das Krupa (London)
|
8 | Dunedene (London)
|
9 | Frank Mays (London)
|
10 | Ghir (London)
|
11 | Healthcare Concepts (London)
|
12 | Jan Bros (London)
|
13 | Jetsol Pharmacy (London)
|
14 | Juliapharm U K (London)
|
15 | Kalhan (London)
|
16 | Kenwise (London)
|
17 | Lakhani Holdings (London)
|
18 | Laville (London)
|
19 | Laville (London)
|
20 | Laville (London)
|
21 | Mansons Chemist (London)
|
22 | Medicos Prime Health (London)
|
23 | Medinapharm (London)
|
24 | Medipharmacy (London)
|
25 | Meraj (London)
|
26 | Munro Pharmacy (London)
|
27 | Newmans Pharmacy (London)
|
28 | Osbon (London)
|
29 | Pharmacy Team (London)
|
30 | Pharmacyrepublic (London)
|
31 | Pharmaram Pharmacy (London)
|
32 | Rohpharm (London)
|
33 | Royal Docks Pharmacy (London)
|
34 | Royal Docks Pharmacy (London)
|
35 | S & A Pharma (London)
|
36 | Strandhaven (London)
|
37 | Surecare Health Link (London)
|
38 | Vchem Pharmacy (London)
|
39 | Vicarage Consortium (London)
|
40 | Weston (London)
|
41 | Weston Pharmacy (London)
|
Award Criteria
Quality | 100 |
price | 0 |
CPV Codes
- 85000000 - Health and social work services
- 85149000 - Pharmacy services
- 85323000 - Community health services
- 33140000 - Medical consumables
Legal Justification
Contract Notice for this Procurement was published on Contracts Finder and Find a Tender on the 29th April 2021 but it was not possible to link to the contract award notice. Reference 2021/S 000-009319
Other Information
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. There will be no guarantee of work or volume of work to be given under this PDPS As an activity based intervention, payment tariffs were set by LBN at the start of the tender process. Services will have an annual capped budget of £437,500 across all Lots. ** PREVIEW NOTICE, please check Find a Tender for full details. ** As an activity based intervention, payment tariffs were set by LBN at the start of the tender process. Services will have an annual capped budget of £437,500 across all Lots. Contract values stated have been evenly split across all successful Pharmacies and are the estimated highest contract value for each pharmacy.
Reference
- ocds-h6vhtk-03020d
- FTS 031382-2021