Notice Information
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
Notice Details
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
Buyer & Supplier
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
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-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
}
]
}
}