Award

Express Freight Service

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 4 releases in its history.

TenderUpdate

04 Nov 2021 at 11:52

Award

03 Nov 2021 at 10:07

Tender

01 Jul 2021 at 13:46

Planning

02 Jun 2021 at 13:08

Summary of the contracting process

The Department of Health and Social Care is seeking proposals for the re-procurement of an "Express Freight Service" aimed at ensuring a smooth supply of medicines and medical products. This initiative is part of the National Supply Disruption Response, crucial for mitigating disruptions due to unforeseen events. The procurement is currently at the planning stage, with a budget of approximately £6,700,000 over two years. The new service is intended to be operational by 24 October 2021, and will require offers to be submitted electronically through the Atamis eTendering system.

This tender presents significant opportunities for logistics and transportation companies, particularly those specialising in healthcare-related deliveries. Businesses with capabilities in air, road, and sea transport, including those that can handle temperature-sensitive products and hazardous materials, would be well-positioned to compete. Companies that provide agile and responsive services, while demonstrating value for money and compliance with rigorous regulatory standards, will have a competitive advantage in winning this contract.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Express Freight Service

Notice Description

The Express Freight Service (EFS) forms part of the Department of Health and Social Care's (DHSC's) National Supply Disruption Response, which is part of the multi-layered approach to help mitigate the impact of disruption to supply of medicines, medical products & ancillary health services. The EFS was originally designed to help mitigate disruption in the event of a no deal exit from the EU and has since been used as part of COVID 19 response arrangements when all other options have been exhausted. It is DHSC's intention to re-procure a similar service to ensure continued contingency in case of any unforeseen event. The new solution is designed to incorporate all 3 current services into one agile solution. The key elements of the new service will include: - continuity of flow to and from the UK (mainly from Europe but with capability to extend its reach globally); flexibility & responsiveness; value for money.

Lot Information

Lot 1

The service requirement is for a managed service to provide access to a Premium freight service for the transportation of medicines, medical products, and any related ancillary health services. The service will be available for use by Crown Bodies and Crown Dependencies utilising any mode of transport subject to these being compatible with the transit timescale requirements, conditions of carriage, and the effective mitigation of foreseeable disruption to services. The nature of the majority of goods for which the Authority wishes to facilitate transport for will be standard, non-temperature controlled, non-hazardous and require no extra security measures. The Provider will also be expected to handle the following goods: * active temperature-controlled products(e.g. Frozen below -15 degC; Chilled or refrigerated 2 to 8degC; Cold/Cool 8-15deg); * controlled drugs - which will require compliance with Home Office requirements in relation to their storage and transit; and * medicines - where compliance with Good Distribution Practice (GDP) is required. And provide access to a Specials delivery service. "Specials" meaning anything outside of a standard parcel or pallet dimension and/or requires specialised conditions of carriage, which include: * time sensitive shipments (e.g. within24hrs); * substances of human origin (e.g. blood cell cultures, human tissues and organs); * hazardous materials - being any item or agent (biological, chemical, radiological and/or physical) which has the potential to cause harm to humans, animals or the environment, either by itself or through interaction with other factors (such as but not limited to: - medical gases; radioactive isotopes and flammable liquids; * Oversize Products; and * Half and full trailer load deliveries To note: The stated contract value in this notice is the cost of mobilisation and the total management fee payable by the Authority for the duration of the contract. This cost does not include payments that will be made directly by suppliers for use of the express delivery network. The anticipated value of direct payments by suppliers for use of the network is unknown and impossible to predict as this solution is purely for contingency. For this reason, we have separated the managed service element (control tower) which continues to be paid for the duration of the contract, from the supplier service charge which is paid directly by the supplier for usage of the service volume of service is based on unforeseen events.

Renewal: One year

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b789
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027665-2021
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

64 - Postal and telecommunications services


CPV Codes

60000000 - Transport services (excl. Waste transport)

60100000 - Road transport services

60140000 - Non-scheduled passenger transport

60161000 - Parcel transport services

60400000 - Air transport services

60420000 - Non-scheduled air transport services

60421000 - Non-scheduled airmail transport services

60423000 - Air-charter services

60600000 - Water transport services

63521000 - Freight transport agency services

64000000 - Postal and telecommunications services

64100000 - Post and courier services

64120000 - Courier services

64121000 - Multi-modal courier services

Notice Value(s)

Tender Value
£6,700,000 £1M-£10M
Lots Value
£6,700,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,242,028 £1M-£10M

Notice Dates

Publication Date
4 Nov 20214 years ago
Submission Deadline
3 Aug 2021Expired
Future Notice Date
30 Jun 2021Expired
Award Date
28 Oct 20214 years ago
Contract Period
21 Sep 2021 - 31 Oct 2022 1-2 years
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
Joyce Angoma
Contact Email
joyce.angoma@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

Supplier Information

Number of Suppliers
1
Supplier Name

KUEHNE + NAGEL

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-02b789-2021-11-04T11:52:51Z",
    "date": "2021-11-04T11:52:51Z",
    "ocid": "ocds-h6vhtk-02b789",
    "description": "NB: The figure in the notice at II.7.1 is for year one, but there is an option to extend. The figure at V.2.4.1 is the original estimate for year one. PS: The Contract Notice includes an estimated value of PS6,700,000 over a two year period).",
    "initiationType": "tender",
    "tender": {
        "id": "C33038",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Express Freight Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "60000000",
            "description": "Transport services (excl. Waste transport)"
        },
        "mainProcurementCategory": "services",
        "description": "The Express Freight Service (EFS) forms part of the Department of Health and Social Care's (DHSC's) National Supply Disruption Response, which is part of the multi-layered approach to help mitigate the impact of disruption to supply of medicines, medical products & ancillary health services. The EFS was originally designed to help mitigate disruption in the event of a no deal exit from the EU and has since been used as part of COVID 19 response arrangements when all other options have been exhausted. It is DHSC's intention to re-procure a similar service to ensure continued contingency in case of any unforeseen event. The new solution is designed to incorporate all 3 current services into one agile solution. The key elements of the new service will include: - continuity of flow to and from the UK (mainly from Europe but with capability to extend its reach globally); flexibility & responsiveness; value for money.",
        "value": {
            "amount": 6700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The service requirement is for a managed service to provide access to a Premium freight service for the transportation of medicines, medical products, and any related ancillary health services. The service will be available for use by Crown Bodies and Crown Dependencies utilising any mode of transport subject to these being compatible with the transit timescale requirements, conditions of carriage, and the effective mitigation of foreseeable disruption to services. The nature of the majority of goods for which the Authority wishes to facilitate transport for will be standard, non-temperature controlled, non-hazardous and require no extra security measures. The Provider will also be expected to handle the following goods: * active temperature-controlled products(e.g. Frozen below -15 degC; Chilled or refrigerated 2 to 8degC; Cold/Cool 8-15deg); * controlled drugs - which will require compliance with Home Office requirements in relation to their storage and transit; and * medicines - where compliance with Good Distribution Practice (GDP) is required. And provide access to a Specials delivery service. \"Specials\" meaning anything outside of a standard parcel or pallet dimension and/or requires specialised conditions of carriage, which include: * time sensitive shipments (e.g. within24hrs); * substances of human origin (e.g. blood cell cultures, human tissues and organs); * hazardous materials - being any item or agent (biological, chemical, radiological and/or physical) which has the potential to cause harm to humans, animals or the environment, either by itself or through interaction with other factors (such as but not limited to: - medical gases; radioactive isotopes and flammable liquids; * Oversize Products; and * Half and full trailer load deliveries To note: The stated contract value in this notice is the cost of mobilisation and the total management fee payable by the Authority for the duration of the contract. This cost does not include payments that will be made directly by suppliers for use of the express delivery network. The anticipated value of direct payments by suppliers for use of the network is unknown and impossible to predict as this solution is purely for contingency. For this reason, we have separated the managed service element (control tower) which continues to be paid for the duration of the contract, from the supplier service charge which is paid directly by the supplier for usage of the service volume of service is based on unforeseen events.",
                "status": "cancelled",
                "value": {
                    "amount": 6700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-09-22T00:00:00+01:00",
                    "endDate": "2022-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One year"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60100000",
                        "description": "Road transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63521000",
                        "description": "Freight transport agency services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60600000",
                        "description": "Water transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64000000",
                        "description": "Postal and telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64100000",
                        "description": "Post and courier services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64121000",
                        "description": "Multi-modal courier services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64120000",
                        "description": "Courier services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60420000",
                        "description": "Non-scheduled air transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60161000",
                        "description": "Parcel transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60421000",
                        "description": "Non-scheduled airmail transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60400000",
                        "description": "Air transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60423000",
                        "description": "Air-charter services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60140000",
                        "description": "Non-scheduled passenger transport"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK & Europe"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-07-01T00:00:00+01:00",
            "atypicalToolUrl": "http://health.atamis.co.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://health.atamis.co.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-08-03T11:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-10-29T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-03T11:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-03T11:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "Information for the procedure can be obtained from https://www.judiciary.uk/",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "2484056.00"
                        },
                        "newValue": {
                            "text": "1242028.00"
                        },
                        "where": {
                            "section": "II.1.7.1",
                            "label": "Value (excluding VAT)"
                        }
                    }
                ]
            }
        ]
    },
    "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": {
                "name": "Joyce Angoma",
                "email": "joyce.angoma@dhsc.gov.uk",
                "url": "http://health.atamis.co.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-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": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        },
        {
            "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"
            }
        },
        {
            "id": "GB-FTS-5202",
            "name": "High Court and Court of Appeal of England and Wales",
            "identifier": {
                "legalName": "High Court and Court of Appeal of England and Wales"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "InternationalRelationsJudicialOffice@judiciary.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.judiciary.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "language": "en",
    "awards": [
        {
            "id": "027510-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.44,
                "maximumPercentage": 0.44,
                "description": "CTS (GB) Ltd: Special Logistics Solution (Dangerous Goods), Premium parcel service and International Road Transport (11%).FedEx UK Limited: Premium Parcel Services (33%)This makes a total percentage of 44% to be subcontracted."
            },
            "suppliers": [
                {
                    "id": "GB-FTS-33338",
                    "name": "Kuehne + Nagel Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027510-2021-1",
            "awardID": "027510-2021-1",
            "status": "active",
            "value": {
                "amount": 1242028,
                "currency": "GBP"
            },
            "dateSigned": "2021-10-29T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}