Notice Information
Notice Title
DHSC International Freight and Logistics Solutions
Notice Description
The Department of Health and Social Care has awarded contracts for the provision of international freight and logistics services to support the import and export of medical products to and from global locations. Contracts have been awarded following a competitive, open procedure and having observed the minimum 10-day standstill period. The contracts are zero-volume commitment contracts. Each contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments where the value of the contract has not been exhausted in the first 12 months. The authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract. The total contract value is estimated to be up to GBP 382 000000. The contract value split by lot is as follows: Lot A- Air Charters - PS248m, Lot B- Sea Freight Services - PS66m, Lot C- Rail Freight Services - PS62m, Lot D- International Warehousing
Lot Information
Lot 1
DHSC intends to run a procurement to source International Freight and Logistics services for medical products (including for example Lateral Flow Device (LFD) test kits and Personal Protective Equipment (PPE)). The current intention is that the procurement will include contract award, rather than a framework, for the provision of the following high-level services:- Air Charter services- Rail freight services*- Sea freight services*- Warehousing services*These will be managed end-to-end services. This may include (but is not limited to) provision of ground transport for collection from origin and delivery to final destination, ground handling and customs brokerage.The proposed contracting periods for the high-level services detailed above are 12 months, with the option for the Authority to extend for a further 12 months. The estimated total value of these contracts across the full duration of the contracts is PS382,000,000. Further detail on the likely split of this value between the lots is envisaged to be provided during market engagement but will be confirmed at the point any formal procurement is launched. Note that this value is an estimate and is based on current understanding of requirements and market conditions and may be subject to change.This notice is a Prior Information Notice and does not constitute a call for competition. The Department will aim to publish a contract notice (invitation to tender) on the Find a Tender Service (FTS) from the end of May 2021, but such timescale may be extended as a result of market engagement and any further scoping requirements.The intended international freight and logistics tender will be performed through the online application, Atamis Procurement Software.Suppliers are encouraged, if they have not done so already, to register as quickly as possible with Atamis to ensure access to the tender documentation and the instructions for completion upon FTS publication. Prior to the proposed publication of a contract notice, the Department is seeking to engage with the market.If suppliers are interested in participating in the market engagement activities, they should register interest by emailing: InternationalFreightProcurement@dhsc.gov.uk. To guarantee that suppliers have access to market engagement event details in advance of the event, suppliers should register interest byno later than 16:00 on Friday 7th May 2021. For suppliers registering interest after this date, the department will endeavour to ensure suppliers have access to market engagement events.Details of the specific market engagement sessions will be provided via email to those suppliers that register their interest. Additional information: The contracting authority intends to use the Department of Health and Social Care Atamis eTendering system to manage the tender. Information relating to the tender is available within Atamis. Select this link to access the Atamis system https://health-family.force.com/s/Welcome
Provision of International Warehousing ServicesThe Department for Health and Social Care is awarding this contract for the provision of warehouse services outside the UK. The successful organisation will be responsible for supplier collection, inbound warehousing process, storage and outbound warehousing process, and will work to the Authority's given schedule to optimise export of freight from various global locations. The successful organisation will be required to mobilise a fully-staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority's freight teams, manufacturers and other third party organisations as required. The scope of this contract will not be limited to a specific global geography in order to allow the Authority to respond to any future global needs that may arise. As such, a flexible 'pay as you go', non-committal warehousing solution is required.
Options: This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract.
Renewal: This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
Provision of Rail Freight Management ServicesThe Department of Health and Social Care is awarding this contract for the provision of outsourced managed services for international rail freight, incorporating co-ordination of 'end-to-end' rail freight logistics solutions. The successful organisation will work to the Authority's given schedule to optimise import and export of freight to and from appropriate global locations where feasible to use rail. The Authority will use a different mode where not feasible. The successful organisation will be required to mobilise a fully-staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority's freight teams, manufacturers and other third party organisations as required. The Authority's logistical arrangements may utilise intermediary warehousing facilities. The successful organisation may be responsible for the ex-works and/or ex warehouse collection of goods from the warehouse. Manufacturer to warehouse activity will be the responsibility of the Lot D provider. This contract is for a maximum value of PS62m and the potential to extend for up to a further year.
Options: This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract.
Renewal: This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value is not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
Provision of Sea Freight Management ServicesThe Department of Health and Social Care is awarding this contract for the provision of outsourced managed services for international sea freight, incorporating co-ordination of 'end-to-end' sea freight logistics solutions. The successful organisation will work to the Authority's given schedule to optimise import and export of freight to and from global locations, and will be required to mobilise a fully staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority's freight teams, manufacturers and other third party organisations as required. The successful organisation must have partner logistic companies or established presence in China and SE Asia and scope to provide global logistics solutions. The Authority's logistical arrangements in some countries may utilise intermediary warehousing facilities. The successful organisation may be responsible for the ex works and/or ex warehouse collection of goods from the warehouse. Manufacturer to warehouse activity will be the responsibility of the Lot D provider
Options: This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract.
Renewal: This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
Provision of Air Charter ServicesThe Department of Health and Social Care is awarding this contract for the provision of outsourced managed services for international air charter to enable the movement of medical goods to and from any global location. Medical products include but are not limited to, Covid testing kits from factory gate or warehouse to distribution facilities in the UK and globally. Air Charter in this procurement lot refers only to the end to end management of charter bookings and excludes all wraparound services such as ground handling, customs brokerage, and collection/delivery charges to/from the airport which will be provided by the Authority's ground handling provider. The successful Lot A provider will work with the Authority's existing ground handling provider to the schedule provided by the Authority to optimise import of freight. The successful organisation will be required to mobilise a fully staffed operation, running on a 24/7/365 basis, working in direct contact with the Authority's freight teams, producers and other third-party organisations as required. This contract has a maximum value of PS248m and potential to extend for up to a further year.
Options: This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract.
Renewal: This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02abea
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027414-2021
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
60000000 - Transport services (excl. Waste transport)
60200000 - Railway transport services
60400000 - Air transport services
60423000 - Air-charter services
60600000 - Water transport services
63000000 - Supporting and auxiliary transport services; travel agencies services
63120000 - Storage and warehousing services
63122000 - Warehousing services
63521000 - Freight transport agency services
Notice Value(s)
- Tender Value
- £382,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £314,000,000 £100M-£1B
Notice Dates
- Publication Date
- 2 Nov 20214 years ago
- Submission Deadline
- 29 Jun 2021Expired
- Future Notice Date
- 20 May 2021Expired
- Award Date
- 20 Oct 20214 years ago
- Contract Period
- 31 Aug 2021 - 31 Aug 2022 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF HEALTH AND SOCIAL CARE
- Contact Name
- DHSC International Freight Team
- Contact Email
- spoc.nsdr@dhsc.gov.uk
- Contact Phone
- Not specified
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02abea-2021-11-02T13:22:01Z",
"date": "2021-11-02T13:22:01Z",
"ocid": "ocds-h6vhtk-02abea",
"description": "The contracting authority intends to use the Department of Health and Social Care Atamis eTendering system to manage the tender. Information relating to the tender is available within Atamis. Select this link to access the Atamis system: https://health-family.force.com/s/Welcome. Select 'Opportunities' and then select the DHSC International Freight and Logistics Solutions opportunity. A document that sets out the process can be selected from the opportunity at the 'View Documents' area. If you wish to register an interest, if you have not done so already, register your organisation as a supplier from here https://health-family.force.com/s/Welcome. Once registered, press the 'Register Interest' to login and register your interest. Once you have registered your interest, you may submit clarification requests. Correspondence must be through Atamis. You will receive updates as the opportunity progresses and the tender is published. A contract opportunity notice will also be issued to alert suppliers when the tender goes live.",
"initiationType": "tender",
"tender": {
"id": "C32971",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DHSC International Freight and Logistics Solutions",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "60000000",
"description": "Transport services (excl. Waste transport)"
},
"mainProcurementCategory": "services",
"description": "The Department of Health and Social Care has awarded contracts for the provision of international freight and logistics services to support the import and export of medical products to and from global locations. Contracts have been awarded following a competitive, open procedure and having observed the minimum 10-day standstill period. The contracts are zero-volume commitment contracts. Each contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments where the value of the contract has not been exhausted in the first 12 months. The authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract. The total contract value is estimated to be up to GBP 382 000000. The contract value split by lot is as follows: Lot A- Air Charters - PS248m, Lot B- Sea Freight Services - PS66m, Lot C- Rail Freight Services - PS62m, Lot D- International Warehousing",
"value": {
"amount": 382000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "DHSC intends to run a procurement to source International Freight and Logistics services for medical products (including for example Lateral Flow Device (LFD) test kits and Personal Protective Equipment (PPE)). The current intention is that the procurement will include contract award, rather than a framework, for the provision of the following high-level services:- Air Charter services- Rail freight services*- Sea freight services*- Warehousing services*These will be managed end-to-end services. This may include (but is not limited to) provision of ground transport for collection from origin and delivery to final destination, ground handling and customs brokerage.The proposed contracting periods for the high-level services detailed above are 12 months, with the option for the Authority to extend for a further 12 months. The estimated total value of these contracts across the full duration of the contracts is PS382,000,000. Further detail on the likely split of this value between the lots is envisaged to be provided during market engagement but will be confirmed at the point any formal procurement is launched. Note that this value is an estimate and is based on current understanding of requirements and market conditions and may be subject to change.This notice is a Prior Information Notice and does not constitute a call for competition. The Department will aim to publish a contract notice (invitation to tender) on the Find a Tender Service (FTS) from the end of May 2021, but such timescale may be extended as a result of market engagement and any further scoping requirements.The intended international freight and logistics tender will be performed through the online application, Atamis Procurement Software.Suppliers are encouraged, if they have not done so already, to register as quickly as possible with Atamis to ensure access to the tender documentation and the instructions for completion upon FTS publication. Prior to the proposed publication of a contract notice, the Department is seeking to engage with the market.If suppliers are interested in participating in the market engagement activities, they should register interest by emailing: InternationalFreightProcurement@dhsc.gov.uk. To guarantee that suppliers have access to market engagement event details in advance of the event, suppliers should register interest byno later than 16:00 on Friday 7th May 2021. For suppliers registering interest after this date, the department will endeavour to ensure suppliers have access to market engagement events.Details of the specific market engagement sessions will be provided via email to those suppliers that register their interest. Additional information: The contracting authority intends to use the Department of Health and Social Care Atamis eTendering system to manage the tender. Information relating to the tender is available within Atamis. Select this link to access the Atamis system https://health-family.force.com/s/Welcome",
"status": "planned"
},
{
"id": "D",
"title": "Provision of International Warehousing Services",
"description": "The Department for Health and Social Care is awarding this contract for the provision of warehouse services outside the UK. The successful organisation will be responsible for supplier collection, inbound warehousing process, storage and outbound warehousing process, and will work to the Authority's given schedule to optimise export of freight from various global locations. The successful organisation will be required to mobilise a fully-staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority's freight teams, manufacturers and other third party organisations as required. The scope of this contract will not be limited to a specific global geography in order to allow the Authority to respond to any future global needs that may arise. As such, a flexible 'pay as you go', non-committal warehousing solution is required.",
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2022-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Mobilisation",
"type": "quality",
"description": "7"
},
{
"name": "Service Delivery",
"type": "quality",
"description": "24.5"
},
{
"name": "Scalability, flexibility and business continuity",
"type": "quality",
"description": "21"
},
{
"name": "Organisation and supply chain structure",
"type": "quality",
"description": "10.5"
},
{
"name": "Reporting and Data Management",
"type": "quality",
"description": "7"
},
{
"name": "Social Value: Increase supply chain resilience and capacity",
"type": "quality",
"description": "5"
},
{
"name": "Social Value: Effective stewardship of the environment",
"type": "quality",
"description": "5"
},
{
"name": "Price",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "C",
"title": "Provision of Rail Freight Management Services",
"description": "The Department of Health and Social Care is awarding this contract for the provision of outsourced managed services for international rail freight, incorporating co-ordination of 'end-to-end' rail freight logistics solutions. The successful organisation will work to the Authority's given schedule to optimise import and export of freight to and from appropriate global locations where feasible to use rail. The Authority will use a different mode where not feasible. The successful organisation will be required to mobilise a fully-staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority's freight teams, manufacturers and other third party organisations as required. The Authority's logistical arrangements may utilise intermediary warehousing facilities. The successful organisation may be responsible for the ex-works and/or ex warehouse collection of goods from the warehouse. Manufacturer to warehouse activity will be the responsibility of the Lot D provider. This contract is for a maximum value of PS62m and the potential to extend for up to a further year.",
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2022-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value is not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Mobilisation",
"type": "quality",
"description": "5"
},
{
"name": "Service Delivery",
"type": "quality",
"description": "17.5"
},
{
"name": "Scalability, flexibility and business continuity",
"type": "quality",
"description": "15"
},
{
"name": "Organisation and supply chain structure",
"type": "quality",
"description": "7.5"
},
{
"name": "Reporting and Data Management",
"type": "quality",
"description": "5"
},
{
"name": "Social Value: Increase supply chain resilience and capacity",
"type": "quality",
"description": "5"
},
{
"name": "Social Value: Effective stewardship of the environment",
"type": "quality",
"description": "5"
},
{
"name": "Price",
"type": "cost",
"description": "40"
}
]
}
},
{
"id": "B",
"title": "Provision of Sea Freight Management Services",
"description": "The Department of Health and Social Care is awarding this contract for the provision of outsourced managed services for international sea freight, incorporating co-ordination of 'end-to-end' sea freight logistics solutions. The successful organisation will work to the Authority's given schedule to optimise import and export of freight to and from global locations, and will be required to mobilise a fully staffed operation, running on a 24/7/365 basis where required, working in direct contact with the Authority's freight teams, manufacturers and other third party organisations as required. The successful organisation must have partner logistic companies or established presence in China and SE Asia and scope to provide global logistics solutions. The Authority's logistical arrangements in some countries may utilise intermediary warehousing facilities. The successful organisation may be responsible for the ex works and/or ex warehouse collection of goods from the warehouse. Manufacturer to warehouse activity will be the responsibility of the Lot D provider",
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2022-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Mobilisation",
"type": "quality",
"description": "5"
},
{
"name": "Service delivery",
"type": "quality",
"description": "17.5"
},
{
"name": "Scalability, flexibility and business continuity",
"type": "quality",
"description": "15"
},
{
"name": "Organisation and supply chain structure",
"type": "quality",
"description": "7.5"
},
{
"name": "Reporting and Data Management",
"type": "quality",
"description": "5"
},
{
"name": "Social Value: Increase supply chain resilience and capacity",
"type": "quality",
"description": "5"
},
{
"name": "Social Value: Effective stewardship of the environment",
"type": "quality",
"description": "5"
},
{
"name": "Price",
"type": "cost",
"description": "40"
}
]
}
},
{
"id": "A",
"title": "Provision of Air Charter Services",
"description": "The Department of Health and Social Care is awarding this contract for the provision of outsourced managed services for international air charter to enable the movement of medical goods to and from any global location. Medical products include but are not limited to, Covid testing kits from factory gate or warehouse to distribution facilities in the UK and globally. Air Charter in this procurement lot refers only to the end to end management of charter bookings and excludes all wraparound services such as ground handling, customs brokerage, and collection/delivery charges to/from the airport which will be provided by the Authority's ground handling provider. The successful Lot A provider will work with the Authority's existing ground handling provider to the schedule provided by the Authority to optimise import of freight. The successful organisation will be required to mobilise a fully staffed operation, running on a 24/7/365 basis, working in direct contact with the Authority's freight teams, producers and other third-party organisations as required. This contract has a maximum value of PS248m and potential to extend for up to a further year.",
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2022-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract will be for an initial 12-month period with an option to extend for up to a further 12 months in multiples of 3-month increments (if contract value not exhausted in first 12 months). The Authority will inform the successful supplier no less than 3 months before end of contract term on any decision to extend the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This Contract will be for an initial 12 month period with an option to extend for up to a further 12 months in multiples of 3 month increments. The Authority will inform the Successful Supplier no less than 3 months before end of contract term on any decision to extend the Contract."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Mobilisation",
"type": "quality",
"description": "7"
},
{
"name": "Service Delivery",
"type": "quality",
"description": "24.5"
},
{
"name": "Scalability, flexibility and business continuity",
"type": "quality",
"description": "10.5"
},
{
"name": "Organisation and supply chain structure",
"type": "quality",
"description": "7"
},
{
"name": "Air Charter Cost Effectiveness",
"type": "quality",
"description": "21"
},
{
"name": "Social Value: Effective stewardship of the environment",
"type": "quality",
"description": "5"
},
{
"name": "Social Value: Increase supply chain resilience and capacity",
"type": "quality",
"description": "5"
},
{
"name": "Price",
"type": "cost",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63000000",
"description": "Supporting and auxiliary transport services; travel agencies services"
},
{
"scheme": "CPV",
"id": "63521000",
"description": "Freight transport agency services"
},
{
"scheme": "CPV",
"id": "60200000",
"description": "Railway transport services"
},
{
"scheme": "CPV",
"id": "60423000",
"description": "Air-charter services"
},
{
"scheme": "CPV",
"id": "60400000",
"description": "Air transport services"
},
{
"scheme": "CPV",
"id": "63122000",
"description": "Warehousing services"
},
{
"scheme": "CPV",
"id": "63120000",
"description": "Storage and warehousing services"
},
{
"scheme": "CPV",
"id": "60600000",
"description": "Water transport services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "D",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63122000",
"description": "Warehousing services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "D"
},
{
"id": "C",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60200000",
"description": "Railway transport services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "C"
},
{
"id": "B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63521000",
"description": "Freight transport agency services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "B"
},
{
"id": "A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60423000",
"description": "Air-charter services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "A"
}
],
"communication": {
"futureNoticeDate": "2021-05-21T00:00:00+01:00",
"atypicalToolUrl": "http://health.atamis.co.uk"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://health.atamis.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "This will be covered in the relevant contractual schedule."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-06-29"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-10-26T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2021-06-29T11:00:00+01:00"
},
"bidOpening": {
"date": "2021-06-29T11:00:00+01:00",
"description": "Deadline for clarification questions is 07 June 2021"
},
"hasRecurrence": false,
"reviewDetails": "There will be a waiting period of at least 10 days following contract award in which the contract cannot be signed. This is the period in which a party may initiate a review procedure. Notifications of results of tenders are projected for issue on 05 August 2021, with a 10 day stand still period projected to run until 15 August 2021. These dates are indicative."
},
"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": "SPOC.NSDR@dhsc.gov.uk",
"name": "DHSC International Freight Team",
"url": "http://health.atamis.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-497",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "generaloffice@administrativecourtoffice.justice.gov.uk"
},
"roles": [
"mediationBody"
],
"details": {
"url": "https://www.gov.uk/courts-tribunals"
}
},
{
"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"
}
},
{
"id": "GB-FTS-13799",
"name": "Kuehne + Nagel Limited",
"identifier": {
"legalName": "Kuehne + Nagel Limited",
"id": "01722216"
},
"address": {
"streetAddress": "1 Roundwood Avenue, Stockley Park",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB11 1FG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://uk.kuehne-nagel.com/en_gb",
"scale": "large"
}
},
{
"id": "GB-FTS-13800",
"name": "CEVA Logistics",
"identifier": {
"legalName": "CEVA Logistics",
"id": "01146292"
},
"address": {
"streetAddress": "PO BOX 8663, Ceva House, Excelsior Road",
"locality": "Ashby De La Zouch",
"region": "UK",
"postalCode": "LE65 9BA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.cevalogistics.com",
"scale": "large"
}
},
{
"id": "GB-FTS-33338",
"name": "Kuehne + Nagel Limited",
"identifier": {
"legalName": "Kuehne + Nagel Limited",
"id": "01722216"
},
"address": {
"streetAddress": "Waterview House 1 Roundwood Avenue, Stockley Park",
"locality": "Uxbridge",
"region": "UKI32",
"postalCode": "UB11 1FG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://uk.kuehne-nagel.com/en_gb",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-43",
"name": "Department of Health and Social Care"
},
"language": "en",
"awards": [
{
"id": "027414-2021-C49444-1",
"relatedLots": [
"D"
],
"title": "Contract for the Provision of International Warehousing Services",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Kuehne and Nagel Ltd. have identified two pre-established subcontractors to deliver services if so required in certain territories. The movement of goods is likely to be subcontracted in whole or part. It is currently estimated that more than 50% will be sub-contracted. Due to the nature of the contract, it may be subject to change dependent on Authority requirements over the term of the contract."
},
"suppliers": [
{
"id": "GB-FTS-13799",
"name": "Kuehne + Nagel Limited"
}
]
},
{
"id": "027414-2021-C49445-2",
"relatedLots": [
"C"
],
"title": "Contract for the Provision of Rail Freight Management Services",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "The movement of goods is likely to be subcontracted in whole or part. It is currently estimated that more than 50% will be sub-contracted. Due to the nature of the contract, it may be subject to change dependent on Authority requirements over the term of the contract."
},
"suppliers": [
{
"id": "GB-FTS-13800",
"name": "CEVA Logistics"
}
]
},
{
"id": "027414-2021-C49446-3",
"relatedLots": [
"B"
],
"title": "Contract for the Provision of Sea Freight Management Services",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "The movement of goods is likely to be subcontracted in whole or part. It is currently estimated that more than 50% will be sub-contracted. Due to the nature of the contract, it may be subject to change dependent on Authority requirements over the term of the contract."
},
"suppliers": [
{
"id": "GB-FTS-13800",
"name": "CEVA Logistics"
}
]
},
{
"id": "027414-2021-C49447-4",
"relatedLots": [
"A"
],
"title": "Contract for the Provision of Air Charter Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33338",
"name": "Kuehne + Nagel Limited"
}
]
}
],
"contracts": [
{
"id": "027414-2021-C49444-1",
"awardID": "027414-2021-C49444-1",
"title": "Contract for the Provision of International Warehousing Services",
"status": "active",
"value": {
"amount": 248000000,
"currency": "GBP"
},
"dateSigned": "2021-10-29T00:00:00+01:00"
},
{
"id": "027414-2021-C49445-2",
"awardID": "027414-2021-C49445-2",
"title": "Contract for the Provision of Rail Freight Management Services",
"status": "active",
"value": {
"amount": 66000000,
"currency": "GBP"
},
"dateSigned": "2021-10-21T00:00:00+01:00"
},
{
"id": "027414-2021-C49446-3",
"awardID": "027414-2021-C49446-3",
"title": "Contract for the Provision of Sea Freight Management Services",
"status": "active",
"value": {
"amount": 66000000,
"currency": "GBP"
},
"dateSigned": "2021-10-21T00:00:00+01:00"
},
{
"id": "027414-2021-C49447-4",
"awardID": "027414-2021-C49447-4",
"title": "Contract for the Provision of Air Charter Services",
"status": "active",
"value": {
"amount": 248000000,
"currency": "GBP"
},
"dateSigned": "2021-10-29T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "D",
"value": 5
},
{
"id": "4",
"measure": "bids",
"relatedLot": "C",
"value": 3
},
{
"id": "7",
"measure": "bids",
"relatedLot": "B",
"value": 7
},
{
"id": "10",
"measure": "bids",
"relatedLot": "A",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "D",
"value": 0
},
{
"id": "5",
"measure": "smeBids",
"relatedLot": "C",
"value": 0
},
{
"id": "8",
"measure": "smeBids",
"relatedLot": "B",
"value": 0
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "A",
"value": 1
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "D",
"value": 5
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "C",
"value": 3
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "B",
"value": 7
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "A",
"value": 10
}
]
}
}