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
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
National registration number
na
Internet address(es)
Main address
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