Tender

High speed & ultra Centrifuges, rotors and services

  • MHRA

F01: Prior information notice (call for competition)

Notice identifier: 2024/S 000-031978

Procurement identifier (OCID): ocds-h6vhtk-04a620

Published 4 October 2024, 6:06pm



Section one: Contracting authority

one.1) Name and addresses

MHRA

10 South Colonnade, Canary Wharf

London

E14 4PU

Contact

allen chan

Email

allen.chan@mhra.gov.uk

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