Express Freight Services Tender
Provide export freight services for Department of Health and Social Care.
United Kingdom-London: Transport services (excl. Waste transport)
2019/S 140-344963
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
39 Victoria Street
London
SW1H 0EU
United Kingdom
Telephone: +44 2072104850
E-mail: Joyce.Angoma@dhsc.gov.uk
NUTS code: UK
Internet address(es):Main address: https://www.gov.uk/government/organisations/department-of-health-and-social-care
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health-and-social-care/about/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Express Freight Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department of Health and Social Care (the Authority) is looking to engage a service provider to provide the Authority with assured access to an express freight capability to maintain the uninterrupted supply of medicines and medical products where there is an urgent need or where a suppliers’ own logistics arrangements are disrupted.
Key elements of the requirement include: mobilisation of service, capacity assurance, capacity flexibility, managed service, supplier services and value for money.
The service(s) will need to be fully operational by 24.10.2019 to allow for testing in advance of full operational sign off by the 31.10.2019.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1, Lot 2 and Lot 3
II.2.1)Title:
Express Parcel Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK and Europe.
II.2.4)Description of the procurement:
The service requirement under this lot is for a managed service to provide access to a total daily volumetric capacity of 30 m3 on request by the Authority. To increase or decrease volume of Assured Capacity by +/- 50 % from the assured capacity, as agreed at the date of request, within 1 working day of receiving written notice from the Authority. The solution may utilise 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.
Providers to note: Included in the total estimated value of the contract are payments that will be made by suppliers for use of the express freight services. The Authority’s liability will be for the mobilisation and management services. The Authority’s estimated expenditure for Lot 1 is likely to be circa 1 300 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months with an option to extend for a further 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Pallet Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK and Europe.
II.2.4)Description of the procurement:
The services requirement under this lot is for a managed service to provide access to a total daily volumetric assured capacity of 50 EUR Pallets on request by the Authority. To increase or decrease volume of volume of Assured Capacity by +/- 50 % (up to a maximum of 200 [Euro Pallets]) from the Assured Capacity as agreed at the date of request, within 24 hrs of receiving written notice from the Authority. The solution may utilise 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.
Providers to note: Included in the total estimated value of the contract are payments that will be made by suppliers for use of the express freight services. The Authority’s liability will be for the mobilisation and management services. The Authority’s estimated expenditure for Lot 2 is likely to be circa 1 300 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months with an option to extend for a further 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Specials
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK and Europe.
II.2.4)Description of the procurement:
The services requirement under this lot is for a managed service to provide:
1) Access to a total daily volume of assured capacity of 5 m3, subject to the processes and strategies delivered by the service provider in accordance with the tender to mitigate the risk that the capacity is unavailable. The assured capacity will be capable of handing the following goods:
— active temperature-controlled products (e.g. Frozen below -15º C; Chilled or refrigerated 2 to 8º C; Cold/Cool 8-15),
— controlled drugs — which will require compliance with Home Office requirements in relation to their storage and transit, and
— medicines — which will require compliance with Good Distribution Practice (GDP).
2) Bespoke logistics solution — a custom operational arrangement between the service provider and an authorised supplier to meet a specific, complex requirement to deliver a Bespoke Consignment into the UK by an Authorised Supplier.
‘Bespoke Consignment’ meaning anything which is outside of a standard parcel or pallet dimension and/or requiring specialised conditions of carriage including:
— time sensitive shipments (e.g. within 24 hrs),
— 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,
— vehicle movements, and
— containerised lift on/lift off (LoLo) services.
And on request by the Authority, increase or decrease volume of assured capacity by +/- 50 % (up to a maximum of 15 m3) from the assured capacity as agreed at the date of request, within 24 hrs of receiving written notice from the Authority.
Providers to note: Included in the total estimated value of the contract are payments that will be made by suppliers for use of the express freight services. The Authority’s liability will be for the mobilisation and management services. The Authority’s estimated expenditure for Lot 3 is likely to be circa 1 300 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months with the option to extend for a further 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
London
United Arab Emirates
VI.4.4)Service from which information about the review procedure may be obtained
London
United Kingdom
VI.5)Date of dispatch of this notice: