Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
InternationalFreightProcurements@dhsc.gov.uk
InternationalFreightProcurements@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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
DHSC Freight and Logistics Solutions
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
The contracting authority is tendering a multi-lot procurement for the provision of international freight and logistics services to support the import and export of medical products to and from global locations. The procurement will be composed of four lots: air charter, sea freight, rail freight and international warehousing. These will be zero-volume commitment contracts. Each contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments where the value of the contract has not been exhausted in the first 12 months. The authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract. The total contract value is estimated to be up to GBP 382 000000. The contract value split by lot is as follows:Lot A- Air Charters - £248mLot B- Sea Freight Services - £66mLot C- Rail Freight Services - £62mLot D- International Warehousing - £6m
two.1.5) Estimated total value
Value excluding VAT: £382,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
International Warehousing Services
Lot No
D
two.2.2) Additional CPV code(s)
- 63122000 - Warehousing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority intends to run a tender for the provision of warehouse services outside the UK. The successful organisation will be responsible for supplier collection, inbound warehousing process, storage and outbound warehousing process, and will work to the Authority’s given schedule to optimise export of freight from various global locations. The successful organisation will be required to mobilise a fully-staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority’s freight teams, manufacturers and other third party organisations as required. There is likely to be an immediate requirement for the provision of warehousing services in the Xiamen region of China to meet ongoing operational needs, but the scope of this contract will not be limited to a specific global geography in order to allow the Authority to respond to any future global needs that may arise. As such, a flexible 'pay as you go', non-committal warehousing solution is required.
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
Start date
1 September 2021
End date
31 August 2022
This contract is subject to renewal
Yes
Description of renewals
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
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
Rail Freight Services
Lot No
C
two.2.2) Additional CPV code(s)
- 60200000 - Railway transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority intends to run a tender for the provision of outsourced managed services for international rail freight, incorporating co-ordination of ‘end-to-end’ rail freight logistics solutions. The successful organisation will work to the Authority’s given schedule to optimise import and export of freight to and from appropriate global locations where feasible to use rail. The Authority will use a different mode where not feasible. The successful organisation will be required to mobilise a fully-staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority’s freight teams, manufacturers and other third party organisations as required. The Authority’s logistical arrangements may utilise intermediary warehousing facilities. The successful organisation may be responsible for the ex works and/or ex warehouse collection of goods from the warehouse. Manufacturer to warehouse activity will be the responsibility of the Lot D provider. In December 2020 the Authority launched ITT C15725 and awarded five separate contracts for a multi-modal freight solution including Lot 4 for Rail Freight Services. This procurement covers international rail freight activity expected to cover September 2021 (recently awarded ITT C15725 Lot 4 contract is currently forecast to have been exhausted by then) to August 2022 with a maximum value of £62m and the potential to extend for up to a further year.
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
Start date
1 September 2021
End date
31 August 2022
This contract is subject to renewal
Yes
Description of renewals
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value is not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
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
Sea Freight Services
Lot No
B
two.2.2) Additional CPV code(s)
- 63521000 - Freight transport agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority intends to run a tender for the provision of outsourced managed services for international sea freight, incorporating co-ordination of ‘end-to-end’ sea freight logistics solutions. The successful organisation will work to the Authority’s given schedule to optimise import and export of freight to and from global locations, and will be required to mobilise a fully staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority’s freight teams, manufacturers and other third party organisations as required. The successful organisation must have partner logistic companies or established presence in China and SE Asia and scope to provide global logistics solutions. The Authority’s logistical arrangements in some countries may utilise intermediary warehousing facilities. The successful organisation may be responsible for the ex works and/or ex warehouse collection of goods from the warehouse. Manufacturer to warehouse activity will be the responsibility of the Lot D provider.
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
Start date
1 September 2021
End date
31 August 2022
This contract is subject to renewal
Yes
Description of renewals
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
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
Air Charter Services
Lot No
A
two.2.2) Additional CPV code(s)
- 60423000 - Air-charter services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority intends to run a tender for the provision of outsourced managed services for international air charter to enable the movement of medical goods to and from any global location. Medical products include but are not limited to, T&T testing kits from factory gate or warehouse to distribution facilities in the UK and globally. Air Charter in this procurement lot refers only to the end to end management of charter bookings and excludes all wraparound services such as ground handling, customs brokerage, and collection/delivery charges to/from the airport which will be provided by the Authority’s ground handling provider. The successful Lot A provider will work with the Authority’s existing ground handling provider to the schedule provided by the Authority to optimise import of freight. The successful organisation will be required to mobilise a fully staffed operation, running on a 24/7/365 basis, working in direct contact with the Authority’s freight teams, producers and other third-party organisations as required.In December 2020 the Authority launched ITT C15725 and awarded five separate contracts for a multi-modal freight solution including Lot 1 for Air Charter Service. This procurement covers international Air Charter activity expected to cover September 2021 (being the point at which the recently awarded ITT C15725 Lot 1 contract is currently forecast to have been exhausted) to August 2022 with a maximum value of £248m and potential to extend for up to a further year.
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
Start date
1 September 2021
End date
31 August 2022
This contract is subject to renewal
Yes
Description of renewals
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
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
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This will be covered in the relevant contractual schedule.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009337
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 June 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
Tender must be valid until: 26 October 2021
four.2.7) Conditions for opening of tenders
Date
29 June 2021
Local time
11:00am
Information about authorised persons and opening procedure
Deadline for clarification questions is 07 June 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.4.2) Body responsible for mediation procedures
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
There will be a waiting period of at least 10 days following contract award in which the contract cannot be signed. This is the period in which a party may initiate a review procedure. Notifications of results of tenders are projected for issue on 05 August 2021, with a 10 day stand still period projected to run until 15 August 2021. These dates are indicative.
six.4.4) Service from which information about the review procedure may be obtained
High Court
39 Victoria Street
London
SW1H 0EU
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-of-health-and-social-care