Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Logistics and Warehouse Support for Covid-19 Vaccination Programme

  • First published: 22 July 2021
  • Last modified: 22 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The NHS Commissioning Board operating as NHS England
Authority ID:
AA80752
Publication date:
22 July 2021
Deadline date:
20 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

As part of the NHS Response to the Covid-19 pandemic a Vaccine delivery unit was established to design and implement a solution for the deployment of vaccines. As part of that solution a warehousing and logistics service was established to handle and deliver Covid -19 vaccines to designated sites, which has contributed to the success of the vaccine programme. The Authority is now looking to the future and the requirement for warehouse and logistics services to continue this good work. Therefore, AGCSU on behalf of the Authority would like to invite suitably qualified, licensed and experienced service providers to submit their bids for providing warehousing and logistics services appropriate for vaccines and other associated materials (the “Services”, as more fully set out in the Schedule 2 of the Terms and Conditions set out at Document C).

The Procurement is seeking to award two contracts for a period of 12 months with the option to extend by two separate periods of up to 6-months each. Successful bidder(s) will be responsible for providing the Services across England whereby there will be a split of volume and activity on an East & West Split (with an extra split of the London region of 50/50).

The Authority is seeking to appoint 2 Providers of the Services. Whilst each Provider will be required to provide the Services on a national basis if required by the Authority, it is the Authority's intention that the Providers will provide Services on a regional split basis, with one Provider providing Services and delivering vaccines to the east of England with the other Provider providing Services and delivering vaccines to the west of England.

It should be noted that any service may be subject to variation during its term, which will be dictated by the emerging science and policy changes. Such variation may include but not be limited to:

• Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines

• Changes to the profile of eligible cohorts to receive the vaccine, which may increase/decrease the volume of vaccines to be handled and distributed and the designated sites to which deliveries will be required

• Increases in the type and number of and type of vaccine consumables

• Requirement for IT integration to the Successful Bidders systems to enable automation of vaccine orders by designated sites ‘Pull delivery model’ and include automated operation and performance reporting

The actual volumes of vaccine and type is not yet fully known and therefore any volumes or costs estimates are subject to change prior to contract award. For the purpose of pricing the estimated value for the initial period of each contract is approximately £6.8M (excluding VAT) and is based on best estimated of volumes contain in the scenario in the ITT for the initial 12-month contract period.

NHS England and NHS Improvement will be the contracting and commissioning authority for the contract resultant from this procurement and the contract will be held between them and the successful bidder(s).

The successful provider is expected to be commence mobilisation from October 2021 with a view of becoming fully operational and providing services from 03 January 2022.

Bidders are to be aware of a Planned Engagement session on/or around 28th July 2021, details will be made available via a broadcast from the EU- tender portal.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The NHS Commissioning Board operating as NHS England

na

Quarry House

Leeds

LS2 7UE

UK

Contact person: Warren Simms

E-mail: warren.simms1@nhs.net

NUTS: UKE

Internet address(es)

Main address: https://www.england.nhs.uk/

Address of the buyer profile: https://www.ardengemcsu.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/login.asp?B=agcsu


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/login.asp?B=agcsu


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Logistics and Warehouse Support for Covid-19 Vaccination Programme

Reference number: 45217

II.1.2) Main CPV code

63120000

 

II.1.3) Type of contract

Services

II.1.4) Short description

On behalf of the NHS England and Improvement (the "Authority"), NHS Arden and GEM Commissioning Support Unit (AGCSU) would like to invite suitably qualified, licensed and experienced service providers to bid for warehousing and logistics services for vaccines, expected to include Ultra-Low Temperature (ULT), materials and other associated materials.

II.1.5) Estimated total value

Value excluding VAT: 7 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

33651600

63122000

63120000

60000000

II.2.3) Place of performance

NUTS code:

UKF

II.2.4) Description of the procurement

As part of the NHS Response to the Covid-19 pandemic a Vaccine delivery unit was established to design and implement a solution for the deployment of vaccines. As part of that solution a warehousing and logistics service was established to handle and deliver Covid -19 vaccines to designated sites, which has contributed to the success of the vaccine programme. The Authority is now looking to the future and the requirement for warehouse and logistics services to continue this good work. Therefore, AGCSU on behalf of the Authority would like to invite suitably qualified, licensed and experienced service providers to submit their bids for providing warehousing and logistics services appropriate for vaccines and other associated materials (the “Services”, as more fully set out in the Schedule 2 of the Terms and Conditions set out at Document C).

The Procurement is seeking to award two contracts for a period of 12 months with the option to extend by two separate periods of up to 6-months each. Successful bidder(s) will be responsible for providing the Services across England whereby there will be a split of volume and activity on an East & West Split (with an extra split of the London region of 50/50).

The Authority is seeking to appoint 2 Providers of the Services. Whilst each Provider will be required to provide the Services on a national basis if required by the Authority, it is the Authority's intention that the Providers will provide Services on a regional split basis, with one Provider providing Services and delivering vaccines to the east of England with the other Provider providing Services and delivering vaccines to the west of England.

It should be noted that any service may be subject to variation during its term, which will be dictated by the emerging science and policy changes. Such variation may include but not be limited to:

• Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines

• Changes to the profile of eligible cohorts to receive the vaccine, which may increase/decrease the volume of vaccines to be handled and distributed and the designated sites to which deliveries will be required

• Increases in the type and number of and type of vaccine consumables

• Requirement for IT integration to the Successful Bidders systems to enable automation of vaccine orders by designated sites ‘Pull delivery model’ and include automated operation and performance reporting

The actual volumes of vaccine and type is not yet fully known and therefore any volumes or costs estimates are subject to change prior to contract award. For the purpose of pricing the estimated value for the initial period of each contract is approximately £6.8M (excluding VAT) and is based on best estimated of volumes contain in the scenario in the ITT for the initial 12-month contract period.

NHS England and NHS Improvement will be the contracting and commissioning authority for the contract resultant from this procurement and the contract will be held between them and the successful bidder(s).

The successful provider is expected to be commence mobilisation from October 2021 with a view of becoming fully operational and providing services from 03 January 2022.

Bidders are to be aware of a Planned Engagement session on/or around 28th July 2021, details will be made available via a broadcast from the EU- tender portal.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

As a result of this procurement, an agreement will be established with a successful bidder(s) for a period of 12 months with the authority having an option to extend the contract for two separate periods of up 6 months each. 12 months + 6 + 6 = 24 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

In order to submit their bids, the potential bidders must register with and use NHS AG CSU's e-procurement portal, which can be accessed by visiting following web link: https://uk.eu-supply.com/login.asp?B=agcsu and search for reference number 45217

All information relating to this procurement will be available at the above described e-procurement web portal.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

All professional and/or trade registrations are specified within the tender documentation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Financial standing requirements for the Procurement are outlined within Document A - ITT Process Overview, Section 27.4 Financial Standing


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/08/2021

Local time: 18:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 01/03/2022

IV.2.7) Conditions for opening of tenders

Date: 20/08/2021

Local time: 18:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court

Strand

London

WCA 2LL

UK

VI.5) Date of dispatch of this notice

21/07/2021

Coding

Commodity categories

ID Title Parent category
63120000 Storage and warehousing services Cargo handling and storage services
60000000 Transport services (excl. Waste transport) Transport and Related Services
33651600 Vaccines General anti-infectives for systemic use and vaccines
63122000 Warehousing services Storage and warehousing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
warren.simms1@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.