Services - 302921-2019

01/07/2019    S124

United Kingdom-London: Transport services (excl. Waste transport)

2019/S 124-302921

Prior information notice

This notice is for prior information only

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Department of Health and Social Care
Postal address: 39 Victoria Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1H 0EU
Country: United Kingdom
E-mail: Joyce.Angoma@dhsc.gov.uk
Telephone: +44 2072104850
Internet address(es):
Main address: www.gov.uk/government/organisations/department-of-health-and-social-care
Address of the buyer profile: www.gov.uk/government/organisations/department-of-health-and-socialcare/
I.3)Communication
Additional information can be obtained from the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://dh.bravosolution.co.uk/web/login.html
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Express Freight Services

Reference number: project_685
II.1.2)Main CPV code
60000000 Transport services (excl. Waste transport)
II.1.3)Type of contract
Services
II.1.4)Short description:

The Department of Health and Social Care (DHSC) is looking to engage an express distribution service with full track and trace capability for the movement of medicines and medical products (consignments ranging from small packages through to full pallets) between continental Europe and the United Kingdom.

II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 and Lot 2: Lot 1 and Lot 3; Lot 2 and Lot 3; Lot 1 and Lot 2 and Lot 3; Lot 1; Lot 2; Lot 3.

II.2)Description
II.2.1)Title:

Pan European Express Parcel Service

Lot No: One
II.2.2)Additional CPV code(s)
60100000 Road transport services
60200000 Railway transport services
60400000 Air transport services
64120000 Courier services
64121000 Multi-modal courier services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UK and Europe.

II.2.4)Description of the procurement:

DHSC intends to run a procurement exercise to secure access to express parcel services between continental Europe and the United Kingdom (import and export), for the movement of parcel consignments of health care products.

The services required will need to be able to accept products from various consignor locations across Europe and provide a full international express transport service with delivery to end consignee locations in the UK on a 24-hour service basis. Access will also be required for the same services between locations in the UK and Europe. The service provider must also be able to provide full customs and excise support services as required to facilitate the movement of consignments. 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 will be standard, non-temperature controlled, non-hazardous, and require no extra security measures.

Key elements may include:

— guaranteed access to services,

— reliability of service,

— mitigation of risks to disruption,

— responsiveness and flexibility,

— value for money.

The service(s) will need to be fully operational by 1.9.2019. The Authority will need to be able to test the operation up to ten days in advance of the go live date.

II.2.14)Additional information

DHSCs intends to engage with the market prior to the posting of contract and invitation to tender to further inform the specification of requirements, conditions of contract and commercial model. Further details of how suppliers may participate in the market engagement exercise are included in Section VI.3) (additional information) at the end of this notice.

II.2)Description
II.2.1)Title:

Pallet Services

Lot No: Two
II.2.2)Additional CPV code(s)
60161000 Parcel transport services
64120000 Courier services
64121000 Multi-modal courier services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UK and Europe.

II.2.4)Description of the procurement:

DHSC intends to run a procurement exercise to secure access to pallet services between Europe and the United Kingdom (import and export), for the movement of pallet consignments of health care products.

The services required will need to be able to accept product from various consignor locations across Europe and provide a full international express transport service with delivery to end consignee locations in the UK on services providing delivery between 1 (next working day) and 4 working day delivery. Access will also be required for the same services between locations in the UK and Europe. The service provider must also be able to provide full customs and excise support services as required to facilitate to the movement of consignments. 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 will be standard, non-temperature controlled, non-hazardous, and require no extra security measures.

Key elements may include:

— guaranteed access to services,

— reliability of service,

— mitigation of risks to disruption,

— responsiveness and flexibility,

— value for money.

The service(s) will need to be fully operational by 1.9.2019 The Authority will need to be able to test the operation up to 10 days in advance of the go live date.

II.2.14)Additional information

DHSC intends to engage with the market prior to the posting of contract and invitation to tender to further inform the specification of requirements, conditions of contract and commercial model. Further details of how suppliers may participate in the market engagement exercise are included in Section VI.3) (Additional Information) at the end of this notice.

II.2)Description
II.2.1)Title:

'Special' Services

Lot No: Three
II.2.2)Additional CPV code(s)
60100000 Road transport services
60200000 Railway transport services
60400000 Air transport services
64120000 Courier services
64121000 Multi-modal courier services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UK/Europe.

II.2.4)Description of the procurement:

The Department of Health and Social Care (DHSC) is looking to engage an express distribution service with full track and trace capability for the movement of medicines and medical supplies that require special delivery conditions and would normally fall outside of your standard service. This could range from:

— oversize products — outside of standard service agreement,

— time sensitive shipments — outside of standard service agreement (less than 24 hrs),

— medicines — Good Distribution Practice (GDP) compliance required,

— substances of human origin (e.g. blood, cell cultures, human tissues and organs),

— hazardous materials (such as but not limited to: medical gases, radioactive isotopes, flammable liquids)

— controlled drugs — compliance with home office requirements on storage and transit,

— active temperature-controlled products (e.g. frozen -20 to -10º c; chilled 2 to 8º C; controlled 2 to 25º),

— temporary export and return.

The successful provider for this lot, would need to be GDP compliant and able to transport goods with the abovementioned characteristics. The service(s) will need to be fully operational by 1.11.2019. The Authority will need to be able to test the operation up to ten days in advance of the go live date.

II.2.14)Additional information

DHSC intends to engage with the market prior to the posting of contract and invitation to tender to further inform the specification of requirements, conditions of contract and commercial model. Further details of how suppliers may participate in the market engagement exercise are included in Section VI.3) (Additional Information) at the end of this notice.

II.3)Estimated date of publication of contract notice:
22/07/2019

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

The Department is seeking to hold a series of market engagement events, with the first, a webinar, to be held at 12:30 — 2:00 p.m. on 3.7.2019 followed by a face to face supplier event on 5.7.2019 (Central London — venue to be confirmed). The purpose of these events is to give the market a broad indication of the opportunity which the Authority intends to offer and to receive feedback from the market as to the Authority's proposed strategy to procure this service.

Any draft documents that are shared through the market engagement process may have some cross references which are not accurate, sections which are not fully developed, some sections which may be repetitive, some omissions and all the drafts will require further work. However, the Contracting Authority is sharing these draft documents in good faith so genuine views on how this requirement can be delivered can be sought from the market.

Information given during the events will be made accessible to all interested suppliers, including those unable to attend the event, in due course. Suppliers will also be given the opportunity to collaborate with other attendees during the event.

How to register:

Service providers interested in attending the engagement events should respond through the eSourcing tool (https://dh.bravosolution.co.uk — itt_263) by 5:00 p.m. on 1.7.2019 for the Webinar and 2:00 p.m. 3 July — supplier event.

When expressing an interest service providers should provide:

(i) the contact details of the supplier's representative;

(ii) a single paragraph summary of the organisations experience including whether they are a small to medium sized enterprise or voluntary sector organisations.

Organisations not attending the supplier information events, but still wishing to participate in future sessions are also advised to register via Bravo as listed above.

Transparency:

Potential suppliers should note that, in accordance with Government's policies on transparency, the Department intends to publish the Invitation to Tender (ITT) document, and the text of any contract awarded, subject to possible redaction at the discretion of the Department. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/content/transparencyoverview

This notice is for information only, and the Department reserves the right to discontinue the proposed tendering process and not award the contract. The information contained in this notice, including information relating to the nature and scope of the Department's requirements, the service classification of this requirement or the list of CPV codes, is only indicative of the Department's current thinking and is neither exhaustive nor binding. The Department reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time.

The publication of this notice in no way obliges the Department to commence with any competitive tender process. The Department is not and shall not be liable for any costs incurred by those expressing any interest in participating in the market consultation exercise advertised in this notice.

VI.5)Date of dispatch of this notice:
26/06/2019