Contract notice

Information

Published

Date of dispatch of this notice: 19/09/2018

Expire date: 01/11/2018

External Reference: 2018-536473

TED Reference: 2018/S 183-414211

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Lambeth Town hall , Brixton Hill
London
SW2 1RW
UK
Contact person: Carole Ferguson
Telephone: +44 2079261000
Internet address(es):
London borough of Southwark
London
UK
Internet address(es):
London Borough of Lewisham
London
UA
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25540&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
London Borough of Lambeth
London
UK
Internet address(es):
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Sexual and Reproductive Health Pharmacy Service
II.1.2)

Main CPV code

85149000  -  Pharmacy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Boroughs’ of Lambeth, Lewisham and Southwark are seeking to commission high quality sexual and reproductive health services across the three boroughs to improve contraceptive access and reproductive health outcomes for local residents. Organisations wishing to tender must demonstrate they can deliver high quality sexual and reproductive health services that will be:
• a provider of community pharmacy registered with the General Pharmaceutical
Council and with open access premises located in either the boroughs of Lambeth,
Lewisham or Southwark
• delivered by pharmacists with a current and applicable patient group directive.
• provided five days or more per week
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
II.2)

Description

II.2.1)

Title

Lambeth
Lot No:  1
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.4)

Description of the procurement

Invitation to Tender for the provision of
Sexual and Reproductive Health (SRH) Pharmacy Services
The London Boroughs’ of Lambeth, Lewisham and Southwark are seeking to commission high quality sexual and reproductive health services across the three boroughs to improve contraceptive access and reproductive health outcomes for local residents. This new service will be standardised across the three boroughs, and will include the provision of emergency contraception, contraceptive consultation, and various types of contraception.
Lambeth Council is leading this procurement. Organisations wishing to tender must demonstrate they can deliver high quality sexual and reproductive health services that will be:
• a provider of community pharmacy registered with the General Pharmaceutical Council and with open access premises located in either the boroughs of Lambeth, Lewisham or Southwark
• delivered by pharmacists with a current and applicable patient group directive.
• provided five days or more per week
• proactive and responsive in engaging with their local community
• outcome focused and will ensure service user safety and wellbeing
The services have been divided into three Lots, namely Lot 1 Lambeth, Lot 2 Lewisham and Lot 3 Southwark. The three Lots are further broken down in to specific areas as detailed in the Invitation to Tender and Guidance document and Appendix F Supplementary locality and selection criteria information. This is to support the spread of providers and promote access for residents across each local authority.
The number of providers sought in each local authority are as follows;
Lambeth - 20
Lewisham - 18
Southwark -15
Lambeth, Lewisham and Southwark Council reserves the right to appoint additional Pharmacy Providers who meet the minimum quality threshold to even out any geographical gaps that may arise after the proposed number of pharmacies stated above are selected for contract award.
Each provider can only apply for the Lot in which their pharmacy will be located. As per boroughs’ statutory Pharmaceutical Needs Assessment and national commissioning arrangements, local authorities only commission pharmacies within their borough boundaries. If you are part of a larger company or partnership of companies, you are required to submit a separate and specific tender for each individual pharmacy. Collaborative bids from larger companies which include a number of pharmacies will not be accepted.
The estimated contract value are as follows
Lot Estimated annual value for each Lot Number of providers sought in each lot
Lot1 Lambeth £185,201 per annum 20
Lot 2 Lewisham £173,692 per annum 18
Lot 3 Southwark £125, 000 per annum 15
There is no guarantee of specific business and providers awarded contracts will be paid on activity.
The contract term is two years with the option for two, one year extensions.
Lambeth Council is leading the procurement on behalf of the three local authorities and each local authorities will award separate contracts.
The anticipated contract start date is the 1st of April 2019.
This tender will managed by email inbox. Please email PublicHealthProcurement@lambeth.gov.uk to receive the Invitation to Tender documents and for any other communication relating to the procurement. To be considered for the procurement you will need to submit your completed method statement submission and form of tender by the deadline below.
The deadline for tender submissions is 5pm on the 19th of October 2018.
The London Borough of Lambeth reserves the right to reject tender submissions for any or all Lots received after the deadline. Bidders should assume that any later tender submissions will be rejected.
The London Borough of Lambeth reserves the right to not award any or all contracts for any or all Lots.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Method statement  /  Weighting:  100
Price  -  Weighting:  0
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
There is the option for two, one year extensions.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/10/2018
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  19/10/2018
Local time:  17:00
Place:  
Lambeth Town Hall

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
London
London
UK

VI.4.2)

Body responsible for mediation procedures

London Borough of Lambeth
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

High Court
London
UK