Opportunity

DHSC Freight and Logistics Solutions

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-011826

Published 27 May 2021, 12:41pm



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

Email

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

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

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

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

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