{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-060df0-2026-01-26T09:01:47Z",
    "date": "2026-01-26T09:01:47Z",
    "ocid": "ocds-h6vhtk-060df0",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDPT-3135-BWWY",
            "name": "NHS England",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDPT-3135-BWWY"
            },
            "address": {
                "streetAddress": "Wellington House, 133-135 Waterloo Rd",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI45"
            },
            "contactPoint": {
                "name": "NHS England",
                "email": "england.commercialqueries@nhs.net",
                "telephone": "0300 311 2233"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDPT-3135-BWWY",
        "name": "NHS England"
    },
    "planning": {
        "noEngagementNoticeRationale": "Please refer to the ITT Instructions and Guidance Document for the details regarding the Preliminary Market Engagement."
    },
    "tender": {
        "id": "C398922 ITT",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Procurement of Specialised Pharmaceutical Logistics and Warehouse Services for Vaccination & Immunisation Programmes",
        "description": "NHS England (NHSE) is procuring a contract with a single lead provider for the delivery of Specialised Pharmaceutical Logistics and Warehouse Services to support national vaccination and screening programmes across the NHSE portfolio. The service provider will be responsible for the end to end delivery and deployment of the supply chain network that underpins the commissioning and distribution of all vaccine types to front line destinations across all sectors, including Community Pharmacies, General Practices, Detained Estates, and a wide range of other healthcare settings- serving more than 11,000 locations nationwide. This procurement will replace the current contract and will build on the established performance, expertise, and operational capability developed through the COVID-19 vaccination programme, which has successfully supported the administration of more than 150 million vaccines to date. Full details of the service requirements and specification are included within the ITT pack.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63120000",
                        "description": "Storage and warehousing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63121000",
                        "description": "Storage and retrieval services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 49101271.2,
            "amount": 40917726,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "Please refer to the ITT Instructions and Guidance Document; available via https://atamis-1928.my.site.com/s/Welcome for full details on the tender submission process and associated requirements.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-20T17:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-06T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-20T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 49101271.2,
                    "amount": 40917726,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The tender assessment criteria are detailed in the ITT Instructions and Guidance to Bidders and are also summarised below.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Procurement Specific Questionnaire: Pass/ Fail, and Conditions of Participation",
                            "description": "The PSQ contains a series of Pass/Fail questions including the Conditions of Participation. Please note that any response resulting in a \"Fail\" will lead to exclusion from this procurement process, and the bidder's tender will not be evaluated further."
                        },
                        {
                            "type": "quality",
                            "name": "Technical Questionnaire including Service Delivery and Quality Requirements: 60%",
                            "description": "This questionnaire sets out the technical and operational service delivery questions specific to the scope of the procurement. It also outlines the associated award criteria and sub-criteria used to assess the operational capability and readiness of Bidders in relation to the provision of Logistics and Warehouse Support for the Vaccination Programme."
                        },
                        {
                            "type": "price",
                            "name": "Commercial Questionnaire: 30%",
                            "description": "This questionnaire sets out the commercial and pricing questions relevant to the service being procured--Logistics and Warehouse Support for the Vaccination Programme."
                        },
                        {
                            "type": "quality",
                            "name": "Social Value Questionnaire: 10%",
                            "description": "This questionnaire is designed to outline the questions set for social value in the context of the service being procured and to lay out the specific award criteria and sub-criteria for Social Value which pertain to the tender for the provision of Logistics and Warehouse Support for Vaccination Programme. In all cases, the questions set are based on the following themes and policy outcomes. Themes and Policy Outcomes: 1. COVID-19 Recovery -Help local communities to manage and recover from the impact of COVID-19. 2. Tacking economic inequality- Create new businesses, new jobs and new skills; Increase supply chain resilience and capacity. 3. Fighting climate change- Effective stewardship of the environment. 4. Equal opportunity- Reduce the disability employment gap; Tackle workforce inequality. 5. Wellbeing - Improve health and wellbeing; Improve community cohesion."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the ITT Instructions and Guidance Document for full details on the Legal and Financial Capacity and associated requirements."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the ITT Instructions and Guidance Document for full details on the Technical Ability and associated requirements."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-07T00:00:00+01:00",
                    "endDate": "2031-08-06T23:59:59+01:00",
                    "maxExtentDate": "2033-08-06T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend if exercised by the contracting authority."
                }
            }
        ],
        "documents": [
            {
                "id": "L-4001",
                "documentType": "biddingDocuments",
                "description": "Tender documents and all communications with the Contracting Authority, including the submission of Tender responses will be conducted solely via https://atamis-1928.my.site.com/s/Welcome",
                "url": "https://atamis-1928.my.site.com/s/Welcome"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "006434-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/006434-2026",
                "datePublished": "2026-01-26T09:01:47Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-04-01T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Please refer to the ITT Pack for the Terms and Conditions of Contract."
        }
    },
    "language": "en"
}