Section one: Contracting authority
one.1) Name and addresses
Supply Chain Coordination Limited
Wellington House,133-155 Waterloo Rd
London
SE1 8UG
Contact
Guy Jennings
guy.jennings@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS Supply Chain Logistics Service Provider
Reference number
Project_1135
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Supply Chain manage the sourcing, delivery and supply of healthcare products, services and food for NHS trusts and healthcare organisations across England and Wales. In 2018, SCCL (the management function of the NHS Supply Chain) entered contracts with 11 Category Management Service Providers (CMSPs) to provide goods and services to NHS trusts and healthcare organisations across England and Wales. Goods are delivered through two enabling services which underpin the CMSP model, these enabling services are Logistics and Fulfilment, and Supporting Technology.
NHS Supply Chain currently manages more than 8 million orders per year, across 94,000 order points and 17,465 locations and delivers over 28 million lines of picked goods to the NHS annually. Its systems consolidate orders from over 930 suppliers, saving trusts time and money by removing duplication of overlapping contracts.
As part of the future Operating Model of the NHS Supply Chain, the Authority is seeking to award a contract for the provision of a Logistics Service Provider. The Authority intends to enter into contractual arrangements under which it will be entitled to appoint a Logistics Service Provider to operate on behalf of NHS Supply Chain. Under this contractual agreement, the Logistics Service Provider will supply the services that are critical for the delivery of NHS Supply Chain goods procured under the CMSP frameworks which are available to 1) any NHS Trust; 2) any other NHS entity or healthcare provider (including private organisations, primary care, community settings, doctors premises, other clinical facilities and social care); 3) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic Planning Programmes), 4) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above and/or 5) any private residence. Supply Chain Coordination Limited is seeking a Logistics Service Provider to manage:
Warehousing at Dedicated Sites
Dedicated Fleet and Transport Operations
Inbound Logistics & Transhipment (currently a subcontracted service)
Inventory Management
Carriers and Sub-contracted Transport
Operational Finance and internal audit services
Customer Services
Systems and applications including the implementation of a Warehouse Management
System (WMS)
Facilities Management Services
International Inbound Freight 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: £4,200,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 42965100 - Warehouse management system
- 66122000 - Corporate finance and venture capital services
- 72222300 - Information technology services
- 79993100 - Facilities management services
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply Chain Coordination Limited is seeking a Logistics Service Provider to manage:
Warehousing at Dedicated Sites
Dedicated Fleet and Transport Operations
Inbound Logistics & Transhipment (currently a subcontracted service)
Inventory Management
Carriers and Sub-contracted Transport
Operational Finance and internal audit services
Customer Services
Systems and applications including the implementation of a Warehouse Management
System (WMS)
Facilities Management Services
International Inbound Freight Services
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Commercial / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Set out in procurement documents
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
Competitive procedure with negotiation
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: 2023/S 000-018444
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Title
NHS Supply Chain Logistics Services Provider
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 May 2025
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 8
Number of tenders received from tenderers from non-EU Member States: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
GXO
Building 1, 9 Haymarket Square,
Edinburgh
EH3 8RY
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,200,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS England
Wellington House,133-155 Waterloo Rd
London
SE1 8UG
Country
United Kingdom