Award

Logistics and Warehouse Support for Covid-19 Vaccination Programme

THE NHS COMMISSIONING BOARD OPERATING AS NHS ENGLAND

This public procurement record has 4 releases in its history.

Award

10 Jan 2022 at 13:06

TenderUpdate

17 Aug 2021 at 10:38

TenderUpdate

11 Aug 2021 at 16:23

Tender

21 Jul 2021 at 17:08

Summary of the contracting process

The NHS Commissioning Board operating as NHS England has initiated a procurement process titled "Logistics and Warehouse Support for Covid-19 Vaccination Programme" focusing on services related to storage and warehousing. This procurement, classified under CPV code 63120000, aims to ensure safe storage and distribution of vaccines, particularly those requiring Ultra-Low Temperature (ULT) handling. The procurement was conducted through an open procedure, with contracts available for bid submissions required to be submitted by August 27, 2021. The contracts will cover logistical services across England, with a distribution split between eastern and western regions, and are intended for a period of 12 months with options to extend for an additional 12 months. The estimated contract value for the initial period is approximately £6.8 million, excluding VAT.

This tender represents a significant opportunity for logistics and warehousing companies, particularly those capable of handling temperature-sensitive materials and equipped with the necessary infrastructure for ULT storage. Businesses experienced in pharmaceutical supply chain management, particularly those engaged in the distribution of vaccines and medical equipment, are well-suited to compete for this contract. Successful tenderers will not only contribute to public health efforts but also benefit from a long-term relationship with a major public sector buyer, enhancing operational capacity in a critical industry.

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

Logistics and Warehouse Support for Covid-19 Vaccination Programme

Notice Description

On behalf of the NHS England and Improvement (the "Authority"), NHS Arden and GEM Commissioning Support Unit (AG CSU) invited suitably qualified, licensed and experienced service providers to submit their bids for providing warehousing and logistics services appropriate for the storage and handling of vaccines, which currently are expected to include Ultra-Low Temperature (ULT) materials and other associated materials. Please see section "II.2.4 - Description of the procurement" for further information regarding this opportunity.

Lot Information

Lot 1

As part of the NHS Response to the Covid-19 pandemic a Vaccine delivery unit was established to design & implement a solution for the deployment of vaccines. As part of that solution a warehousing & logistics service was established to handle and deliver Covid -19 vaccines to designated sites, which has contributed to the success of the vaccine programme. The Authority has looked to the future and the requirements for warehouse and logistics services to continue this good work. Therefore, AGCSU on behalf of the Authority invited suitably qualified, licensed and experienced service providers to submit bids for providing warehousing and logistics services appropriate for vaccines and other associated materials. The key objective of this procurement were to select a service provider(s) to provide: * Safe, effective and appropriate storage/warehousing for vaccines, which will include for vaccines with Ultra Low Temperature handling characteristics and associated consumables * Safe, effective and appropriate distribution of vaccines with varying handling characteristics and associated consumables materials to multiple designated delivery sites; and * Appropriate equipment for the storage and distribution of vaccines and associated consumables. It should be noted that the Authority may provide FOC the ULT freezers The Procurement is to award two contracts for a period of 12 months with the option to extend by two separate periods of up to 6-months each. The successful bidder(s) will be responsible for providing the Services across England whereby there will be a split of volume and activity on an East & West Split (with an extra split of the London region of 50/50). The Authority is appointing 2 Providers for these Services. Whilst each Provider will be required to provide the Services on a national basis if required by the Authority, it is the Authority's intention that the Providers will provide Services on a regional split basis, with one Provider providing Services and delivering vaccines to the east of England with the other Provider providing Services and delivering vaccines to the west of England. It should be noted that any service may be subject to variation during its term, which will be dictated by the emerging science and policy changes. Such variation may include but not be limited to: * Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines * Changes to the profile of eligible cohorts to receive the vaccine, which may increase/decrease the volume of vaccines to be handled and distributed and the designated sites to which deliveries will be required * Increases in the type and number of and type of vaccine consumables * Requirement for IT integration to the Successful Bidders systems to enable automation of vaccine orders by designated sites 'Pull delivery model' and include automated operation and performance reporting. The actual volumes of vaccine and type is not yet fully known and therefore any volumes or costs estimates may change during the contract period. However, for the purpose of pricing the Authority provided an estimated value for the initial period of each contract at approximately PS6.8M (excluding VAT) and was based on best estimated of volumes contain in the scenario in the ITT for the initial 12-month contract period. NHS England and NHS Improvement will be the contracting and commissioning authority for the contract resultant from this procurement and the contract will be held between them and the successful bidder(s). The successful provider commenced mobilisation from November 2021 and services were fully operational and providing services from December 2021. Additional information: Price weight (15%) is based on 7.5% for East & 7.5% West Potential bidders registered with NHS AG CSU's e-procurement portal, for access to the following web link: https://uk.eu-supply.com/login.asp?B=agcsu and search for reference number 45217 All information relating to this procurement will be available at the above described e-procurement web portal.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02caee
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000622-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender 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

33 - Medical equipments, pharmaceuticals and personal care products

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

33651600 - Vaccines

60000000 - Transport services (excl. Waste transport)

63120000 - Storage and warehousing services

63122000 - Warehousing services

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£9,800,000 £1M-£10M

Notice Dates

Publication Date
10 Jan 20224 years ago
Submission Deadline
20 Aug 2021Expired
Future Notice Date
Not specified
Award Date
1 Dec 20214 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
THE NHS COMMISSIONING BOARD OPERATING AS NHS ENGLAND
Contact Name
Warren Simms
Contact Email
warren.simms1@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LEEDS
Postcode
LS2 7UE
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLF East Midlands (England)

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Supplier Information

Number of Suppliers
2
Supplier Names

AAH PHARMACEUTICALS

ALLOGA

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-02caee-2022-01-10T13:06:47Z",
    "date": "2022-01-10T13:06:47Z",
    "ocid": "ocds-h6vhtk-02caee",
    "initiationType": "tender",
    "tender": {
        "id": "45217",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Logistics and Warehouse Support for Covid-19 Vaccination Programme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63120000",
            "description": "Storage and warehousing services"
        },
        "mainProcurementCategory": "services",
        "description": "On behalf of the NHS England and Improvement (the \"Authority\"), NHS Arden and GEM Commissioning Support Unit (AG CSU) invited suitably qualified, licensed and experienced service providers to submit their bids for providing warehousing and logistics services appropriate for the storage and handling of vaccines, which currently are expected to include Ultra-Low Temperature (ULT) materials and other associated materials. Please see section \"II.2.4 - Description of the procurement\" for further information regarding this opportunity.",
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "As part of the NHS Response to the Covid-19 pandemic a Vaccine delivery unit was established to design & implement a solution for the deployment of vaccines. As part of that solution a warehousing & logistics service was established to handle and deliver Covid -19 vaccines to designated sites, which has contributed to the success of the vaccine programme. The Authority has looked to the future and the requirements for warehouse and logistics services to continue this good work. Therefore, AGCSU on behalf of the Authority invited suitably qualified, licensed and experienced service providers to submit bids for providing warehousing and logistics services appropriate for vaccines and other associated materials. The key objective of this procurement were to select a service provider(s) to provide: * Safe, effective and appropriate storage/warehousing for vaccines, which will include for vaccines with Ultra Low Temperature handling characteristics and associated consumables * Safe, effective and appropriate distribution of vaccines with varying handling characteristics and associated consumables materials to multiple designated delivery sites; and * Appropriate equipment for the storage and distribution of vaccines and associated consumables. It should be noted that the Authority may provide FOC the ULT freezers The Procurement is to award two contracts for a period of 12 months with the option to extend by two separate periods of up to 6-months each. The successful bidder(s) will be responsible for providing the Services across England whereby there will be a split of volume and activity on an East & West Split (with an extra split of the London region of 50/50). The Authority is appointing 2 Providers for these Services. Whilst each Provider will be required to provide the Services on a national basis if required by the Authority, it is the Authority's intention that the Providers will provide Services on a regional split basis, with one Provider providing Services and delivering vaccines to the east of England with the other Provider providing Services and delivering vaccines to the west of England. It should be noted that any service may be subject to variation during its term, which will be dictated by the emerging science and policy changes. Such variation may include but not be limited to: * Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines * Changes to the profile of eligible cohorts to receive the vaccine, which may increase/decrease the volume of vaccines to be handled and distributed and the designated sites to which deliveries will be required * Increases in the type and number of and type of vaccine consumables * Requirement for IT integration to the Successful Bidders systems to enable automation of vaccine orders by designated sites 'Pull delivery model' and include automated operation and performance reporting. The actual volumes of vaccine and type is not yet fully known and therefore any volumes or costs estimates may change during the contract period. However, for the purpose of pricing the Authority provided an estimated value for the initial period of each contract at approximately PS6.8M (excluding VAT) and was based on best estimated of volumes contain in the scenario in the ITT for the initial 12-month contract period. NHS England and NHS Improvement will be the contracting and commissioning authority for the contract resultant from this procurement and the contract will be held between them and the successful bidder(s). The successful provider commenced mobilisation from November 2021 and services were fully operational and providing services from December 2021. Additional information: Price weight (15%) is based on 7.5% for East & 7.5% West Potential bidders registered with NHS AG CSU's e-procurement portal, for access to the following web link: https://uk.eu-supply.com/login.asp?B=agcsu and search for reference number 45217 All information relating to this procurement will be available at the above described e-procurement web portal.",
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "As a result of this procurement, an agreement will be established with a successful bidder(s) for a period of 12 months with the authority having an option to extend the contract for two separate periods of up 6 months each. 12 months + 6 + 6 = 24 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality criterion - Name: Section: T1 - Service Requirements - Warehousing",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T2 - Service Requirements - Transport",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T3 - Service Offer - Mobilisation",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T4 - Flexibility",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T5 - Service Requirements - Regulatory",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T6 - IT Systems and integration",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T7 - Data Security/Information Governance",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T8 - Premises (inc Business continuity)",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Quality criterion - Name: Section: T9 - HR and Workforce Management",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Social Value criterion - Name Section: SV2-1 : Social Value (inc. Equality, Diversity and Human Rights)",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Social Value criterion - Name Section: SV3-1 : Social Value (inc. Environment - Sustainability)",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Qualitative Price criterion - Name Section: P1 - Qualitative question",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Qualitative Price criterion - Name Section: P2 - Limitation of liability question",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "15 (7.5 E & 7.5 W)"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33651600",
                        "description": "Vaccines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63122000",
                        "description": "Warehousing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63120000",
                        "description": "Storage and warehousing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKF"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/login.asp?B=agcsu",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "All professional and/or trade registrations are specified within the tender documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Financial standing requirements for the Procurement are outlined within Document A - ITT Process Overview, Section 27.4 Financial Standing",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-20T18:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-03-01T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-20T18:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-20T18:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines"
                        },
                        "newValue": {
                            "text": "Approval of new vaccines that may require handling based on the individual vaccine handling characteristic or requirements for joint-vaccination with other vaccines or other medications (not being vaccines) relating to the treatment or prevention of COVID-19 or COVID-19 related illnesses."
                        },
                        "where": {
                            "section": "11.2.4",
                            "label": "bullet point 1 that begins with '\"approval of new...\""
                        }
                    }
                ],
                "description": "Change has been reflected in the ITT documents"
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-08-20T18:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2021-08-27T17:00:00+01:00"
                        },
                        "where": {
                            "section": "1v.2.2",
                            "label": "time limit for request of tenders or requests to participate"
                        }
                    }
                ],
                "description": "Due to operational requirements the Authority is extending the tender return date by one week and will now require Bidders to submit bids no later than the 17:00hrs on the 27th August 2021. Please note the date for clarification questions will remain as 17:00hrs on the 17th August 2021."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-23097",
            "name": "The NHS Commissioning Board operating as NHS England",
            "identifier": {
                "legalName": "The NHS Commissioning Board operating as NHS England",
                "id": "na"
            },
            "address": {
                "streetAddress": "Quarry House",
                "locality": "Leeds",
                "region": "UKE",
                "postalCode": "LS2 7UE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Warren Simms",
                "email": "warren.simms1@nhs.net",
                "url": "https://uk.eu-supply.com/login.asp?B=agcsu"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://www.ardengemcsu.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-23098",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WCA 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-40143",
            "name": "AAH Pharmaceuticals",
            "identifier": {
                "legalName": "AAH Pharmaceuticals"
            },
            "address": {
                "streetAddress": "Centurion Park, Centurion Way, Wilnecote,",
                "locality": "Tamworth",
                "region": "UKG24",
                "postalCode": "B77 5PZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-40144",
            "name": "Alloga UK Limited",
            "identifier": {
                "legalName": "Alloga UK Limited"
            },
            "address": {
                "streetAddress": "Castlewood Business Park, Farmwell Lane, South Normanton",
                "locality": "Derbyshire",
                "region": "UKF1",
                "postalCode": "DE55 2JX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-23097",
        "name": "The NHS Commissioning Board operating as NHS England"
    },
    "language": "en",
    "awards": [
        {
            "id": "000622-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Logistics and Warehouse Support for Covid-19 Vaccination Programme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-40143",
                    "name": "AAH Pharmaceuticals"
                }
            ]
        },
        {
            "id": "000622-2022-2-2",
            "relatedLots": [
                "1"
            ],
            "title": "Logistics and Warehouse Support for Covid-19 Vaccination Programme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-40144",
                    "name": "Alloga UK Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000622-2022-1-1",
            "awardID": "000622-2022-1-1",
            "title": "Logistics and Warehouse Support for Covid-19 Vaccination Programme",
            "status": "active",
            "value": {
                "amount": 5200000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-01T00:00:00Z"
        },
        {
            "id": "000622-2022-2-2",
            "awardID": "000622-2022-2-2",
            "title": "Logistics and Warehouse Support for Covid-19 Vaccination Programme",
            "status": "active",
            "value": {
                "amount": 4600000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}