Future opportunity

Courier, Distribution, Storage and Specialist Solutions

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice reference: 2024/S 000-001894

Published 19 January 2024, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

ccscourierteam@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Courier, Distribution, Storage and Specialist Solutions

Reference number

RM6354

two.1.2) Main CPV code

  • 75131000 - Government services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Courier, Distribution, Storage and Specialist Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Third Sector and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all Courier, Distribution, Storage and Specialist Solutions required by UK Central Government Departments.

The lotting structure of this framework will be determined as a result of the market engagement.

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15991000 - Tobacco goods
  • 24000000 - Chemical products
  • 24600000 - Explosives
  • 24610000 - Prepared explosives
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141510 - Blood products
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 33600000 - Pharmaceutical products
  • 33620000 - Medicinal products for the blood, blood-forming organs and the cardiovascular system
  • 33651000 - General anti-infectives for systemic use and vaccines
  • 33651600 - Vaccines
  • 33680000 - Pharmaceutical articles
  • 33690000 - Various medicinal products
  • 33698100 - Microbiological cultures
  • 33954000 - Biological evidence collection kits
  • 35300000 - Weapons, ammunition and associated parts
  • 35320000 - Firearms
  • 39241100 - Knives
  • 42961400 - Dispatch system
  • 42965100 - Warehouse management system
  • 42998000 - Pallet-picking system
  • 42998100 - Pallet-retrieving system
  • 43411000 - Sorting and screening machines
  • 44143000 - Pallets
  • 44423300 - Goods-handling equipment
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614300 - Container storage system
  • 45111200 - Site preparation and clearance work
  • 48311100 - Document management system
  • 48720000 - Bar coding software package
  • 48921000 - Automation system
  • 50117300 - Reconditioning services of vehicles
  • 50118110 - Vehicle towing-away services
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50190000 - Demolition services of vehicles
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60160000 - Mail transport by road
  • 60161000 - Parcel transport services
  • 60200000 - Railway transport services
  • 60400000 - Air transport services
  • 60420000 - Non-scheduled air transport services
  • 60423000 - Air-charter services
  • 60600000 - Water transport services
  • 60640000 - Shipping operations
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63100000 - Cargo handling and storage services
  • 63110000 - Cargo handling services
  • 63111000 - Container handling services
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 63121100 - Storage services
  • 63122000 - Warehousing services
  • 63521000 - Freight transport agency services
  • 63522000 - Ship brokerage services
  • 63523000 - Port and forwarding agency services
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land transport
  • 63711000 - Support services for railway transport
  • 64100000 - Post and courier services
  • 64113000 - Postal services related to parcels
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 64121200 - Parcel delivery services
  • 70122100 - Land sale services
  • 70123000 - Sale of real estate
  • 70123100 - Sale of residential real estate
  • 70123200 - Sale of non-residential estate
  • 71600000 - Technical testing, analysis and consultancy services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 71632000 - Technical testing services
  • 71900000 - Laboratory services
  • 72225000 - System quality assurance assessment and review services
  • 75130000 - Supporting services for the government
  • 79342400 - Auction services
  • 79342410 - Electronic auction services
  • 79920000 - Packaging and related services
  • 79957000 - Auction organisation services
  • 79991000 - Stock-control services
  • 85111800 - Pathology services
  • 85111810 - Blood analysis services
  • 85111820 - Bacteriological analysis services
  • 85145000 - Services provided by medical laboratories
  • 90500000 - Refuse and waste related services
  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90523100 - Weapons and ammunition disposal services
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90900000 - Cleaning and sanitation services
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Courier, Distribution, Storage and Specialist Solutions

two.2.14) Additional information

It is the intention that this procurement will be constructed into Lots.

Key service elements will be:

● International movements, storage and inbound freight services

● Customs clearance

● Receipt and quality checking of goods

● Kitting and co packing (including automation)

● Storage including pick and pack

● Transport & distribution

two.3) Estimated date of publication of contract notice

24 January 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the courier, logistics, and warehousing market.

Crown Commercial Service intends to hold market engagement sessions during February and March 2024 with suppliers interested in potentially bidding for the resulting framework agreement. If you are interested in attending a market engagement session please express your interest by emailing ccscourierteam@crowncommercial.gov.uk by no later than midday on Tuesday 30th January 2024. Further details will be provided to you.

Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participate in the market engagement. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 4 years.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Find A Tender Service for the publication of the contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement

Please note to demonstrate to the satisfaction of CCS that you meet the Cyber Essentials requirement you will need to provide independent verified evidence of the equivalent and identify where the Cyber Essentials requirements have been met and verification must be by a technically competent and independent third party. This technically competent and independent third party must be an IASME registered Certification Body.

If you are successful, and the evidence you provide does not meet the requirements of the Contracting Authority, you shall be prohibited from commencing the provision of Deliverables under any Contract until such time as you have evidenced to the satisfaction of CCS that you meet the Cyber Essentials requirement.

Bidders tendering for the storage will be required to hold ISO9001 for services under and in connection with the procurement.

Bidders tendering for the kitting and co packing may be required to hold ISO13485 for services under and in connection with the procurement. This requirement will be determined following further scoping.

The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they have the required certifications in place.

The services that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage.

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/cff245e1-2f9f-4617-9723