Contract

Warehousing

  • Department of Health and Social Care

F03: Contract award notice

Notice identifier: 2021/S 000-017838

Procurement identifier (OCID): ocds-h6vhtk-02cd1c

Published 27 July 2021, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Luke Smith

Email

Procurement.Operations@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.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

Warehousing

two.1.2) Main CPV code

  • 63122000 - Warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of warehousing services

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £475,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Direct award utilising Regulation 32 (2) (C) for the provision of warehousing services

two.2.5) Award criteria

Price

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • Extreme urgency brought about by events unforeseeable for the contracting authority

Explanation:

The Oxygen, Ventilation, Medical Devices and Clinical Consumables workstream is jointly operated by NHS England and the Department of Health and Social Care. Substantial items of equipment were purchased by the workstream to respond to the Covid surge and required storage. This contract was initially entered into by NHS England (see OJEU 2020/S 188-455143). Following changes in budget allocation and the corresponding transfer of funding to the Department of Health and Social Care it was necessary to transfer responsibility for this contract from NHS England to the Department. This warehousing storage and distribution was required as the usual routes for storage facilities were already at capacity and urgent additional capacity was required to store equipment items purchased as part of the response to Covid-19 securely and safely. Capacity requirements primarily exceeded predictions because of the lower than anticipated surge demand for equipment across the NHS due to the impact of the lockdowns in reducing Covid. This led to additional capacity being required at very short notice with no time to run a procurement process. DHSC is satisfied the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(c)) are met:• As far as is strictly necessary: The equipment items were already in storage secured by NHS England and the additional cost to this contract was identified as strictly necessary. This contract is limited to specific items stored until the products could either be donated to the NHS or alternative storage could be found within the usual DHSC storage premises.• There are genuine reasons for extreme urgency: Without the additional storage capacity provided by this contract the products would have to have been destroyed as the capacity did not exist for them to have been stored in appropriate conditions. Maintaining the existing storage capacity entered into by NHS England presented a genuine emergency.• The events that have led to the need for extreme urgency were unforeseeable: DHSC usual warehousing sites were at capacity following a higher than predicted storage requirement, and the requirement to transfer the contracts from NHS England was only required following a decision to provide funding for this to DHSC • It is impossible to comply with the usual timescales in the PCR: There was no capacity within the market to call off a framework agreement and no time to run an accelerated procurement under the open, restricted or competitive procedures with negotiation that would allow it to secure the extent of alternative storage within the required timescale • The situation is not attributable to the contracting authority: It has not done anything to cause or contribute to the need for extreme urgency.’

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: 2020/S 188-455143


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 December 2020

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

DHL Supply Chain Limited

Solstice House, 251 Midsummer Boulevard

Milton Keynes

MK9 1EQ

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £475,000

Lowest offer: £475,000 / Highest offer: £475,000 taken into consideration


Section six. Complementary information

six.3) Additional information

Responsibility for this contract transferred from the first contracting authority (NHS England) (see OJEU notice reference 2020/S 188-455143) to the Department of Health and Social Care following changes in the allocation of funding.

six.4) Procedures for review

six.4.1) Review body

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

six.4.2) Body responsible for mediation procedures

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

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