Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
Buyer's address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Test & Trace: Schools Mass Wholesale Distribution
two.1.2) Main CPV code
- 64000000 - Postal and telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
The Test & Trace programme requires a logistics solution that can provide storage, picking, packing and outbound distribution of boxes of tests and associated guidance/PPE to schools (primary, secondary, further education, early years and independent) across the UK. This contract will support the Government’s objective of undertaking ongoing regular testing of both school staff and students. The contract requires UK wide delivery coverage to approximately 32,000 sites across England, Scotland, Wales and Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £32,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
- 64121200 - Parcel delivery services
- 60160000 - Mail transport by road
- 79920000 - Packaging and related services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The Test & Trace programme requires a logistics solution that can provide storage, picking, packing and outbound distribution of boxes of tests and associated guidance/PPE to schools (primary, secondary, further education, early years and independent) across the UK. This contract will support the Government’s objective of undertaking ongoing regular testing of both school staff and students. The contract requires UK wide delivery coverage to approximately 32,000 sites across England, Scotland, Wales and Northern Ireland. Key requirements of the contract include: • Pick boxes of tests and guidance in accordance with the varying orders received from DHSC ready for dispatch • Pick PPE and pack into boxes in accordance with the varying orders received from DHSC ready for dispatch• Deliver boxes of tests, guidance and PPE in varying quantities to the 32,000 sites during school hours• Next day delivery of test, guidance and PPE may also be required in emergency cases• Manage inventory levels and place orders with DHSC to ensure enough stock to meet demand• Inbound and store pallets of stock to support the ongoing demand• Record the batch information of boxes of tests dispatched to ensure product traceability
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: £32,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
8
This contract is subject to renewal
Yes
Description of renewals
Option to extend for additional 4 months
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Urgency of the services needed
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
31 March 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers instructions: The opportunity will be available on the DHSC Atamis eTendering System. Select this link to access and register your organisation to the Atamis system https://health-family.force.com/s/Welcome, if you have not already done so. Select “Find Opportunities” and then select the “Schools Mass Wholesale Distribution” opportunity. Once you have selected the Opportunity, press the ‘Register Interest’ button to register your interest. As you select the Opportunity, you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. For further assistance please consult the online help, or the eTendering help desk. NHS Test and Trace expressly reserves the rights:(i) to use a reverse auction;(ii) to cancel this procurement at any stage;(iii) to not award any contract as a result of the procurement process commenced by publication of this notice;(iv) and in no circumstances will NHS Test and Trace be liable for any costs incurred by potential suppliers.
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Department for Health and Social Care will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to tenderers. Appeals must be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102) as amended.