Section one: Contracting authority
one.1) Name and addresses
MHRA
10 South Colonnade, Canary Wharf
London
E14 4PU
Contact
allen chan
Telephone
+44 7884114995
Country
United Kingdom
Region code
UKI31 - Camden and City of London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency
Buyer's address
https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
https://health-family.force.com/s/Welcome
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
High speed & ultra Centrifuges, rotors and services
Reference number
c227271
two.1.2) Main CPV code
- 64121000 - Multi-modal courier services
two.1.3) Type of contract
Services
two.1.4) Short description
The Medicines and Healthcare products
Regulatory Agency (MHRA) is an
executive agency (Agency) of the
Department of Health and Social Care in
the United Kingdom. It ensures that
medicines and medical devices work and
are acceptably safe.
MHRA responsibilities include:
•Ensuring that medicines, medical devices
and blood components meet applicable
standards of safety, quality and efficacy.
•Ensuring that the supply chain for
medicines, medical devices and blood
components is safe and secure.
•Promoting international standardisation
and harmonisation to assure the
effectiveness and safety of biological
medicines.
•Helping to educate the public and
healthcare professionals about the risks
and benefits of medicines, medical
devices and blood components, leading to
safer and more effective use.
•Supporting innovation and research and
development that’s beneficial to public
health.
•Working collaboratively with partners in
the UK and internationally to support our
mission to enable the earliest access to
safe medicines and medical devices and
to protect public health.
MHRA's mission is to assure the quality of
biological medicines and medical devices.
At the heart of this ground breaking
research, is the preparation, storage and
worldwide distribution of World Health
Organization international standards and
reference materials as benchmarks for
product quality, which are used by
industry, regulatory authorities and
researchers world-wide. MHRA also
produces reagents essential for the
production of influenza vaccines each
year and quality control reagents for the
National Blood Service to help assure the
safety of the UK blood supply.
We currently distribute materials to in
excess of 95 countries around the globe.
These materials are transported under
three temperature zones, Ambient, chilled
2˚c - 8˚c (ice packs), frozen -20˚C (Dry
ice). These consignments have a
validated cold chain life of between 96 and
120 hours. Due to the distances involved
and the vagaries of local customs
practices, firm management and control of
the consignments is imperative.
During the preceding four years we have
seen our volumes grow year on year by
the order of 12.5%. It is envisaged that the
total expenditure for 2025/26 will be in the
approximately £1,200,000 for all
movement types. It would be the intention
of the Agency to achieve some significant
savings through this process whilst
retaining high success rates in its delivery
objectives.
You as our courier, shall be crucial in
ensuring this.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
2 Technical envelope
Lot No
Lot 1,2,3 & 4
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Technical envelope questions shall be in the attached document
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
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
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) Description
two.2.1) Title
3 Commercial envelope
Lot No
Lots 1,2,3,4
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Commercial envelope price matrix shall be in the attached document
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
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) Description
two.2.1) Title
4 Social Value
Lot No
1,2,3 & 4
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Social Value Envelope
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
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
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) Description
two.2.1) Title
5 Worldwide Courier Ambient
Lot No
1
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Worldwide Couriers - Ambient .
Please refer to the envelope questions associated with this lot
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: £820,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Variant bids and contracts shall only be accepted at Buyers discretion, if it can be clearly demonstrated and guaranteed, that this offers the best value by the Supplier.
two.2) Description
two.2.1) Title
6 Worldwide Courier Cold Chain
Lot No
2
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Worldwide Couriers - Cold Chain.
Please refer to the envelope questions associated with this lot
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: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Variant bids and contracts shall only be accepted at Buyers discretion, if it can be clearly demonstrated and guaranteed, that this offers the best value by the Supplier.
two.2) Description
two.2.1) Title
7 Freight Forwarding
Lot No
3
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
Freight Forwarding.
Please refer to the envelope questions associated with this lot
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: £3,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
two.2.11) Information about options
Options: Yes
Description of options
Buyer shall select the top three suppliers who offer the "Most Economical Advantageous Tender"
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) Description
two.2.1) Title
8 UK Specialist Courier
Lot No
4
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
UK Specialist Courier.
Please refer to the envelope questions associated with this lot
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
36
This contract is subject to renewal
Yes
Description of renewals
Two Optional extensions each of 12 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Buyer shall select the top two suppliers who offer the "Most Economical Advantageous Tender"
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
A RESTRICTED competition shall be
conducted for couriers who can
demonstrate that they have established
infrastructure and are able to transport
dangerous goods including UN3373 and
dry ice.
This will be on a lotted basis for the
following categories:
Lot 1: Worldwide courier - principally
ambient temperature and including
UN3373
Lot 2: Worldwide courier - principally dry
ice cold chain (UN1845).
Lot 3: Freight Forwarders - airfreight
services including UN2814 and other
dangerous goods.
Lot 4: UK Specialist Couriers - including
same day, UN3373 and UN2814
capabilities.
To be considered, Suppliers are requested
to Register/Express their Interest (EOI) in
the first instance.
Please note: No documents shall accompany this PIN.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
The requirements and question will be detailed in the technical envelope document
Minimum level(s) of standards possibly required
Couriers must be able to demonstrate that they
have established infrastructure and are
able to transport dangerous goods
including UN3373 and dry ice.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 expressions of interest
Date
4 December 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.5) Scheduled date for start of award procedures
20 December 2024
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
If Suppliers are unable to express their interest via this esourcing tool please contact PIN owner at the email address provided
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