Opportunity

Express Freight Service

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-015082

Published 1 July 2021, 2:46pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Email

joyce.angoma@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

Express Freight Service

Reference number

C33038

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 Express Freight Service (EFS) forms part of the Department of Health and Social Care’s (DHSC’s) National Supply Disruption Response, which is part of the multi-layered approach to help mitigate the impact of disruption to supply of medicines, medical products & ancillary health services. The EFS was originally designed to help mitigate disruption in the event of a no deal exit from the EU and has since been used as part of COVID 19 response arrangements when all other options have been exhausted. It is DHSC’s intention to re-procure a similar service to ensure continued contingency in case of any unforeseen event. The new solution is designed to incorporate all 3 current services into one agile solution. The key elements of the new service will include: - continuity of flow to and from the UK (mainly from Europe but with capability to extend its reach globally); flexibility & responsiveness; value for money. The service has to be operational by the 24/10/2021 as stated in II.2.4.1.

two.1.5) Estimated total value

Value excluding VAT: £6,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60400000 - Air transport services
  • 63521000 - Freight transport agency services
  • 60140000 - Non-scheduled passenger transport
  • 64000000 - Postal and telecommunications services
  • 64121000 - Multi-modal courier services
  • 60100000 - Road transport services
  • 60420000 - Non-scheduled air transport services
  • 60161000 - Parcel transport services
  • 60600000 - Water transport services
  • 64120000 - Courier services
  • 64100000 - Post and courier services
  • 60421000 - Non-scheduled airmail transport services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The service requirement is for a managed service to provide access to a Premium freight service for the transportation of medicines, medical products, medical devices/components of and/ or services related to such products in the event that a supplier’s own logistics arrangements are disrupted, and contingency measures fail. The solution may utilise any mode of transport, subject to these being compatible with the transit timescale requirements, conditions of carriage, and the effective mitigation of foreseeable disruption to services. The service will be available for use by Crown Bodies and Crown Dependencies.The nature of the majority of goods for which the Authority wishes to facilitate transport for will be standard, non-temperature controlled, non-hazardous, and require no extra security measures. The Provider should also be capable of handing the following goods:• active temperature-controlled products (e.g. Frozen below -15 °C; Chilled or refrigerated 2 to 8°C; Cold/Cool 8-15°);• controlled drugs – which will require compliance with Home Office requirements in relation to their storage and transit; and• medicines – where compliance with Good Distribution Practice (GDP) is required.And provide access to a Specials delivery service. “Specials” meaning anything outside of a standard parcel or pallet dimension and/or requires specialised conditions of carriage, which include:• time sensitive shipments (e.g. within 24hrs);• substances of human origin (e.g. blood, cell cultures, human tissues and organs);• hazardous materials - being any item or agent (biological, chemical, radiological and/or physical) which has the potential to cause harm to humans, animals or the environment, either by itself or through interaction with other factors (such as but not limited to: - medical gases; radioactive isotopes and flammable liquids;• Oversize Products; and• Half and full trailer load deliveriesMobilisation to commence on the 22 Sept; to be tested & fully operational by 24 Oct 2021 ready for a contract service commencement date of 1 Nov 2021.Providers to note: The stated contract value in this notice is an estimated cost of mobilisation and the projected total management fee payable by the Authority for the duration of the contract. This cost does not include payments that will be made directly by suppliers for use of the express delivery network. The anticipated value of direct payments by suppliers for use of the network is unknown and impossible to predict as this solution is purely for contingency. For this reason, we have separated the managed service element (control tower) which continues to be paid for the duration of the contract, from the supplier service charge which is paid directly by the supplier for usage of the service volume of service is based on unforeseen events. Further information relating to the approval/triage process is included within the tender documentation.

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: £6,700,000

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

Start date

22 September 2021

End date

31 October 2022

This contract is subject to renewal

Yes

Description of renewals

One year

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

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 000-012311

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 August 2021

Local time

11:00am

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: 29 October 2021

four.2.7) Conditions for opening of tenders

Date

3 August 2021

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority intends to use the Department of Health and Social Care Atamis eTendering system to manage the tender. Information relating to the tender is available within Atamis. Select this link to access the Atamis system https://health-family.force.com/s/Welcome

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