Award

The provision of freight services for the supply of lateral flow test kits for testing of COVID-19

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

05 Jan 2021 at 09:28

Summary of the contracting process

The Department of Health and Social Care has completed a tender titled "The provision of freight services for the supply of lateral flow test kits for testing of COVID-19." This procurement falls under the services category, specifically classified as freight transport agency services (CPV code: 63521000). The procurement process was initiated as an urgent response to the COVID-19 pandemic, utilising a limited award procedure without prior publication. The contract, awarded to Virgin Atlantic Airways Ltd, is valued at £2,220,000 and was signed on 23rd December 2020. The freight services were intended to facilitate the rapid transport of test kits from China to the UK during January 2021, addressing a critical need in the face of a second wave of infections.

This tender presents significant opportunities for businesses in the logistics and freight transport sectors, particularly those equipped for urgent air freight operations. Companies with capabilities in managing high-volume shipments, especially those with experience in international logistics during time-sensitive emergencies, would be well-positioned to compete for similar contracts. The demand for reliable and prompt transport solutions in health-related supply chains has been accentuated by the ongoing pandemic, creating an environment ripe for business growth within this field.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

The provision of freight services for the supply of lateral flow test kits for testing of COVID-19

Notice Description

The provision of freight services for the supply of lateral flow test kits for testing of COVID-19

Lot Information

Lot 1

Direct Award under Reg 32 of the Public Contracts Regulation 2015 for COVID-19 response

Procurement Information

The Government has set out the increase of COVID-19 testing capacity as a cornerstone of its strategy to combat rising rates of infection, suppressing community transmission, savings lives and ultimately supporting societal and economic recovery .Successful validation of an initial range of newly developed COVID-19 lateral flow test kits was completed by the DHSC in September, allowing for orders to be placed to secure a sustainable supply of significant volumes of these products, as a fundamental enabler of the expansion of the testing programme.The supply of these new test kits is currently limited in the face of very high global demand and consequently it was necessary to contract for supply on an ex-works basis for product manufactured in China in order to secure the required quantity of product and prevent gazumping.Where product has been sourced on an ex works basis it is imperative that this product is moved at the earliest opportunity to prevent it being sold to higher bidders.In addition the rising rates of infection in the UK and predicted growth in cases over the coming months, has created an urgent need for these new test kits to support the testing programme in the UK and therefore Air Freight presents the only viable mode for moving product to the UK in time to meet the operational requirements of the testing programme.In light of these factors the contract was awarded to Virgin Atlantic to meet the specific urgent need to transport test kits to the UK, utilising flights from China to UK during January 2021. The short lead time between validating new test kits and needing these kits in the UK to support the national response to a second wave of COVID-19 cases in the UK, justifies the use of direct award under Regulation 32 provision within the Public Contracts Regulations 2015.The Department is content the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(c)) are met:1) Air freight charters was identified as strictly necessary to meet anticipated demand.2) It is responding to COVID-19 immediately because of public health risks presenting a genuine emergency.3) The events that led to the need for extreme urgency were unforeseeable: The Commission itself confirmed: "The current coronavirus crisis presents an extreme and unforeseeable urgency - precisely for such a situation our European rules enable public buyers to buy within a matter of days, even hours, if necessary.""4) There was no time to run an accelerated procurement under the open, restricted or competitive procedures with negotiation that would secure services within the required timescales.5) The situation is not attributable to the contracting authority: It has not done anything to cause or contribute to the need for extreme urgency

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028799
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000083-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

63521000 - Freight transport agency services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,220,000 £1M-£10M

Notice Dates

Publication Date
5 Jan 20215 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
23 Dec 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1H 0EU
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

VIRGIN ATLANTIC AIRWAYS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028799-2021-01-05T09:28:14Z",
    "date": "2021-01-05T09:28:14Z",
    "ocid": "ocds-h6vhtk-028799",
    "initiationType": "tender",
    "tender": {
        "id": "VS PVG LHR JAN 21 TT",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The provision of freight services for the supply of lateral flow test kits for testing of COVID-19",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63521000",
            "description": "Freight transport agency services"
        },
        "mainProcurementCategory": "services",
        "description": "The provision of freight services for the supply of lateral flow test kits for testing of COVID-19",
        "lots": [
            {
                "id": "1",
                "description": "Direct Award under Reg 32 of the Public Contracts Regulation 2015 for COVID-19 response",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "The Government has set out the increase of COVID-19 testing capacity as a cornerstone of its strategy to combat rising rates of infection, suppressing community transmission, savings lives and ultimately supporting societal and economic recovery .Successful validation of an initial range of newly developed COVID-19 lateral flow test kits was completed by the DHSC in September, allowing for orders to be placed to secure a sustainable supply of significant volumes of these products, as a fundamental enabler of the expansion of the testing programme.The supply of these new test kits is currently limited in the face of very high global demand and consequently it was necessary to contract for supply on an ex-works basis for product manufactured in China in order to secure the required quantity of product and prevent gazumping.Where product has been sourced on an ex works basis it is imperative that this product is moved at the earliest opportunity to prevent it being sold to higher bidders.In addition the rising rates of infection in the UK and predicted growth in cases over the coming months, has created an urgent need for these new test kits to support the testing programme in the UK and therefore Air Freight presents the only viable mode for moving product to the UK in time to meet the operational requirements of the testing programme.In light of these factors the contract was awarded to Virgin Atlantic to meet the specific urgent need to transport test kits to the UK, utilising flights from China to UK during January 2021. The short lead time between validating new test kits and needing these kits in the UK to support the national response to a second wave of COVID-19 cases in the UK, justifies the use of direct award under Regulation 32 provision within the Public Contracts Regulations 2015.The Department is content the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(c)) are met:1) Air freight charters was identified as strictly necessary to meet anticipated demand.2) It is responding to COVID-19 immediately because of public health risks presenting a genuine emergency.3) The events that led to the need for extreme urgency were unforeseeable: The Commission itself confirmed: \"The current coronavirus crisis presents an extreme and unforeseeable urgency - precisely for such a situation our European rules enable public buyers to buy within a matter of days, even hours, if necessary.\"\"4) There was no time to run an accelerated procurement under the open, restricted or competitive procedures with negotiation that would secure services within the required timescales.5) The situation is not attributable to the contracting authority: It has not done anything to cause or contribute to the need for extreme urgency"
    },
    "awards": [
        {
            "id": "000083-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-86",
                    "name": "Virgin Atlantic Airways Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "FreightContractNotices@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-86",
            "name": "Virgin Atlantic Airways Ltd",
            "identifier": {
                "legalName": "Virgin Atlantic Airways Ltd",
                "id": "1600117"
            },
            "address": {
                "streetAddress": "The VHQ Fleming Way",
                "locality": "Crawley",
                "region": "UK",
                "postalCode": "RH10 9DF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-45",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "contracts": [
        {
            "id": "000083-2021-1",
            "awardID": "000083-2021-1",
            "status": "active",
            "value": {
                "amount": 2220000,
                "currency": "GBP"
            },
            "dateSigned": "2020-12-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}