Tender

Logistics and Warehouse Support for Covid-19 Vaccination Programme

  • The NHS Commissioning Board operating as NHS England

F02: Contract notice

Notice identifier: 2021/S 000-017280

Procurement identifier (OCID): ocds-h6vhtk-02caee

Published 21 July 2021, 6:08pm



Section one: Contracting authority

one.1) Name and addresses

The NHS Commissioning Board operating as NHS England

Quarry House

Leeds

LS2 7UE

Contact

Warren Simms

Email

warren.simms1@nhs.net

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

na

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://www.ardengemcsu.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/login.asp?B=agcsu

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/login.asp?B=agcsu

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Logistics and Warehouse Support for Covid-19 Vaccination Programme

Reference number

45217

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

On behalf of the NHS England and Improvement (the "Authority"), NHS Arden and GEM Commissioning Support Unit (AGCSU) would like to invite suitably qualified, licensed and experienced service providers to bid for warehousing and logistics services for vaccines, expected to include Ultra-Low Temperature (ULT), materials and other associated materials.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33651600 - Vaccines
  • 63122000 - Warehousing services
  • 63120000 - Storage and warehousing services
  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

As part of the NHS Response to the Covid-19 pandemic a Vaccine delivery unit was established to design and implement a solution for the deployment of vaccines. As part of that solution a warehousing and logistics service was established to handle and deliver Covid -19 vaccines to designated sites, which has contributed to the success of the vaccine programme. The Authority is now looking to the future and the requirement for warehouse and logistics services to continue this good work. Therefore, AGCSU on behalf of the Authority would like to invite suitably qualified, licensed and experienced service providers to submit their bids for providing warehousing and logistics services appropriate for vaccines and other associated materials (the “Services”, as more fully set out in the Schedule 2 of the Terms and Conditions set out at Document C).

The Procurement is seeking to award two contracts for a period of 12 months with the option to extend by two separate periods of up to 6-months each. Successful bidder(s) will be responsible for providing the Services across England whereby there will be a split of volume and activity on an East & West Split (with an extra split of the London region of 50/50).

The Authority is seeking to appoint 2 Providers of the Services. Whilst each Provider will be required to provide the Services on a national basis if required by the Authority, it is the Authority's intention that the Providers will provide Services on a regional split basis, with one Provider providing Services and delivering vaccines to the east of England with the other Provider providing Services and delivering vaccines to the west of England.

It should be noted that any service may be subject to variation during its term, which will be dictated by the emerging science and policy changes. Such variation may include but not be limited to:

• Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines

• Changes to the profile of eligible cohorts to receive the vaccine, which may increase/decrease the volume of vaccines to be handled and distributed and the designated sites to which deliveries will be required

• Increases in the type and number of and type of vaccine consumables

• Requirement for IT integration to the Successful Bidders systems to enable automation of vaccine orders by designated sites ‘Pull delivery model’ and include automated operation and performance reporting

The actual volumes of vaccine and type is not yet fully known and therefore any volumes or costs estimates are subject to change prior to contract award. For the purpose of pricing the estimated value for the initial period of each contract is approximately £6.8M (excluding VAT) and is based on best estimated of volumes contain in the scenario in the ITT for the initial 12-month contract period.

NHS England and NHS Improvement will be the contracting and commissioning authority for the contract resultant from this procurement and the contract will be held between them and the successful bidder(s).

The successful provider is expected to be commence mobilisation from October 2021 with a view of becoming fully operational and providing services from 03 January 2022.

Bidders are to be aware of a Planned Engagement session on/or around 28th July 2021, details will be made available via a broadcast from the EU- tender portal.

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

24

This contract is subject to renewal

Yes

Description of renewals

As a result of this procurement, an agreement will be established with a successful bidder(s) for a period of 12 months with the authority having an option to extend the contract for two separate periods of up 6 months each. 12 months + 6 + 6 = 24 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

two.2.14) Additional information

In order to submit their bids, the potential bidders must register with and use NHS AG CSU's e-procurement portal, which can be accessed by visiting following web link: https://uk.eu-supply.com/login.asp?B=agcsu and search for reference number 45217

All information relating to this procurement will be available at the above described e-procurement web portal.


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 professional and/or trade registrations are specified within the tender documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial standing requirements for the Procurement are outlined within Document A - ITT Process Overview, Section 27.4 Financial Standing

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

Date

20 August 2021

Local time

6:00pm

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: 1 March 2022

four.2.7) Conditions for opening of tenders

Date

20 August 2021

Local time

6:00pm


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

High Court

Strand

London

WCA 2LL

Country

United Kingdom