Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Business Services Authority
Stella House, Goldcrest Way, Newburn Riverside Business Park
Newcastle upon Tyne
NE15 8NY
UK
E-mail: nhsbsa.pippandeprr@nhs.net
NUTS: UK
Internet address(es)
Main address: http://www.nhsbsa.nhs.uk/
Address of the buyer profile: https://nhsbsa.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PIPP and EPRR Logistics Storage and Distribution
Reference number: 16_07_04
II.1.2) Main CPV code
63120000
II.1.3) Type of contract
Services
II.1.4) Short description
This Contract Award Notice covers the award of the Contract for Storage and distribution services for the Pandemic influenza preparedness programme (PIPP) and Emergency preparedness resilience and response (EPRR).
The requirement under this Contract is to warehouse, manage and distribute stock piles relating to EPRR and PIPP.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
55 253 172.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
63121000
63122000
42965100
63121100
42965110
64121200
48430000
60000000
79991000
60180000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
PIPP — Storage of c52000 pallets and deployed to agreed locations defined on an outbreak.
EPRR — A mixture between long term and strategically located storage (3 250 pallets) to support 5 hour deployment to anywhere within the country.
II.2.5) Award criteria
Quality criterion: Transition
/ Weighting: 19 %
Quality criterion: Stockpile management (BAU & Mobilisation Preparedness)
/ Weighting: 28 %
Quality criterion: Deployment EPRR
/ Weighting: 14 %
Quality criterion: Mobilisation PIPP
/ Weighting: 14 %
Quality criterion: IT: Architecture, hosting and integration of supplier systems with authorities
/ Weighting: 10 %
Quality criterion: Service management and delivery (Including Organisation Structure)
/ Weighting: 5 %
Quality criterion: Presentation
/ Weighting: 10 %
Cost criterion: Whole life costs: Service transition costs
/ Weighting: 5 %
Cost criterion: Whole life costs: Service charges
/ Weighting: 45 %
Cost criterion: Direct service costs + Profit
/ Weighting: 50 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 115-231901
IV.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 V: Award of contract
Contract No: 16_07_04
Title: Storage and Distribution for the Pandemic Influenza Preparedness Programme (PIPP) and Emergency Preparedness, Resilience and Response (EPRR)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/06/2018
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Movianto UK Limited
1 Progress Park
Bedford
MK42 9XE
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 55 253 172.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The estimated value set out in the Contract Notice (2017/S 115-231901) was 100 000 000 GBP ex VAT. As per the Contract Notice, this estimate could be affected by a number of variables and the value could therefore be more or less that the amount stated in section II.1.7.
The value of the Contract for the initial 5 year term is set out in section II.1.7 of this Contract award notice may increase where there is a pandemic or emergency response situation. In the event of no pandemic or emergency response situation arising, it is anticipated that the Contract value will be as stated in section II.1.7 of this notice.
The Contract will run for 5 years from the Operational service commencement date until 30.9.2023, with up to two extension periods of 1 year to 2025, automatically put in place provided specified criteria is met.
There is an intention to novate the contract to Supply chain co-ordination Limited, which is a newly established company wholly owned by the Secretary of state.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.2) Body responsible for mediation procedures
NHS Business Services Authority
Newcastle upon Tyne
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Refer to Public Contracts Regulations 2015
VI.4.4) Service from which information about the review procedure may be obtained
NHS Business Services Authority
Newcastle upon Tyne
UK
VI.5) Date of dispatch of this notice
11/07/2018