Opportunity

Medicines, Consumables and Reagents Logistics and Warehousing Framework Agreement

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2022/S 000-010695

Published 26 April 2022, 12:30pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Henrietta Jacobs

Email

Henrietta.Jacobs@dhsc.gov.uk

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.uk

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

Medicines, Consumables and Reagents Logistics and Warehousing Framework Agreement

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Health and Social Care (DHSC) is seeking interested and qualified providers to submit tenders for opportunity to enter into a framework agreement for the storage and onward distribution of pharmaceutical products. The framework agreement will be for four years with no option to extend. For the purposes of this framework, suppliers are split in two categories:
National suppliers and Regional suppliers. Each category has six lots. The framework has a total of twelve lots, six for the National and six for the Regional. See lots below:
• Lot 1 - Pharmaceutical Primary Care
• Lot 2 - Pharmaceutical Secondary Care
• Lot 3 - National Vaccine Programme Products
• Lot 4 - High Consequence Infectious Disease (HCID) Vaccine Distribution
• Lot 5 - Repacked & Relabelled Products
• Lot 6 - Medical Devices, Consumables, Reagent & Equipment.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 6

two.2) Description

two.2.1) Title

Lot 1.1 National

Lot No

1.1

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

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

UK-UNITED KINGDOM

two.2.4) Description of the procurement

Storage and distribution of pharmaceutical products to Primary Care (general practice, pharmacy, dentists, opticians and care homes);

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 3.1 National

Lot No

3.1

two.2.2) Additional CPV code(s)

  • 33651600 - Vaccines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of National Vaccine Programme Products;

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 5.2 Regional

Lot No

5.2

two.2.2) Additional CPV code(s)

  • 33690000 - Various medicinal products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of Repacked and Relabelled Products

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 2.1 National

Lot No

2.1

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

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

UK-UNITED KINGDOM

two.2.4) Description of the procurement

Storage and distribution of Pharmaceutical products to Secondary Care (including NHS trusts, healthcare providers as part of hospital outreach, Children and Adolescent Mental Health Services);

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 6.1 National

Lot No

6.1

two.2.2) Additional CPV code(s)

  • 33190000 - Miscellaneous medical devices and products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of Medical Devices, Consumables, Reagents and Equipment

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 1.2 Regional

Lot No

1.2

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

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

UK-UNITED KINGDOM

two.2.4) Description of the procurement

Storage and distribution of pharmaceutical products for Primary Care (general practice, pharmacy, dentists, opticians and care homes);

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 3.2 Regional

Lot No

3.2

two.2.2) Additional CPV code(s)

  • 33651600 - Vaccines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of National Vaccine Programme Products;

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 4.1 National

Lot No

4.1

two.2.2) Additional CPV code(s)

  • 33651600 - Vaccines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of High Consequence Infectious Disease (HCID) Vaccine Distribution;

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 5.1 National

Lot No

5.1

two.2.2) Additional CPV code(s)

  • 33690000 - Various medicinal products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of Repacked and Relabelled Products;

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 2.2 Regional

Lot No

2.2

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of Pharmaceutical products to Secondary Care (including NHS trusts, healthcare providers as part of hospital outreach, Children and Adolescent Mental Health Services);

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 4.2 Regional

Lot No

4.2

two.2.2) Additional CPV code(s)

  • 33651600 - Vaccines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of High Consequence Infectious Disease (HCID) Vaccine Distribution;

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 6.2 Regional

Lot No

6.2

two.2.2) Additional CPV code(s)

  • 33190000 - Miscellaneous medical devices and products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage and distribution of Medical Devices, Consumables, Reagents and Equipment

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Qualification Envelope

Lot No

7

two.2.2) Additional CPV code(s)

  • 63121100 - Storage services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

All tenderers must download the attached qualification, ITT and Framework Schedules document, complete fully and upload back to the system.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All tenderers must have the required certification and relevant licences depending on each lots. Please see details of these requirement in the published tender and specification documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Can you or a guarantor, answer Yes to the following relevant requirements:
• You or your guarantor’s total turnover for the last two (2) years is at least:
• Ten Million Pounds (£10m) for National Category of Tenderers; or
• Two Million Pounds (£2M) for Regional Category of Tenderers.
• You or your guarantor’s Dun & Bradstreet Risk Indicator is no greater than 2; and
• You or your guarantor, have a current ratio (current assets/current liabilities as referenced in the last audited accounts) greater than or equal to 1.
(See full details in the published ITT Schedule 1 Selection Questionnaire (SQ) documents)

Minimum level(s) of standards possibly required

See details in the published ITT Schedule 1 Selection Questionnaire(SQ) documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

• Three contracts examples, if you are submitting a Tender as a National Category Tenderer: and
• one contract example, if you are submitting a Tender as a Regional Category Tenderer.
(See full details in the published ITT Schedule 1 Selection Questionnaire (SQ) documents)

Minimum level(s) of standards possibly required

• Three contract examples, if you are submitting a Tender as a National Category Tenderer: and
• one contract example, if you are submitting a Tender as a Regional Category Tenderer.
(See full details in the published ITT Schedule 1 Selection Questionnaire (SQ) documents)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 36

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

10 June 2022

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

10 June 2022

Local time

12:00pm

Place

Atamis Portal

Information about authorised persons and opening procedure

The procurement specialist will open the tender on the deadline date and then open the quality response to relevant evaluators. The procurement specialist is independent of the evaluators.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals

six.4.2) Body responsible for mediation procedures

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals