- Scope of the procurement
- Lot 1. Collection and Delivery
- Lot 2. Secure Services
- Lot 3. Secure Collection and Delivery of Examination and Test Papers and Materials
- Lot 4. Managed Service for Specialist Movements
- Lot 5. Managed Service for Explosive Substances (Class 1), Firearms and Weapons
- Lot 6. Managed Service for Asset Recovery
Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to 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 and Specialist Movements
Reference number
RM6171
two.1.2) Main CPV code
- 64120000 - Courier 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 and Specialist Movements to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. It is intended that this commercial agreement will be the recommended vehicle for all courier and specialist movements required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations. The duration of the framework agreement is four (4) years with the option to enable customers to let a call-off agreement that may extend beyond the life of the framework agreement.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
two.2) Description
two.2.1) Title
Collection and Delivery
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60161000 - Parcel transport services
- 60400000 - Air transport services
- 60411000 - Scheduled airmail transport services
- 60421000 - Non-scheduled airmail transport services
- 64100000 - Post and courier services
- 64113000 - Postal services related to parcels
- 64121000 - Multi-modal courier services
- 64121100 - Mail delivery services
- 64121200 - Parcel delivery services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Collection and Delivery of items including but not limited to; documents, packets and parcels, pallets and bulk movements.
Estimated value for the entire duration of this lot £ 400000000 to £575000000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £575,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Framework term will be for 48 Months, with no option to extend.
A Framework contract will be awarded to 20 bidders for this Lot. The maximum number may increase where 2 or more bidders have tied scores in last position.
We also reserve the right to award to any bidder whose final score is within 1% of the last position of this lot.
two.2) Description
two.2.1) Title
Secure Services
Lot No
2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60161000 - Parcel transport services
- 60400000 - Air transport services
- 60411000 - Scheduled airmail transport services
- 60421000 - Non-scheduled airmail transport services
- 63121100 - Storage services
- 64100000 - Post and courier services
- 64113000 - Postal services related to parcels
- 64121000 - Multi-modal courier services
- 64121100 - Mail delivery services
- 64121200 - Parcel delivery services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Secure Collection and Delivery of items including but not limited to; art work, museum artifacts, documents, mobile phones, pallets and bulk movements.
Estimated value for the entire duration of this lot £150000000 to £350000000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £350,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Framework term will be for 48 Months, with no option to extend.
A Framework contract will be awarded to 10 bidders for this Lot. The maximum number may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1% of the last position of this lot.
two.2) Description
two.2.1) Title
Secure Collection and Delivery of Examination and Test Papers and Materials
Lot No
3
two.2.2) Additional CPV code(s)
- 22832000 - Exercise papers
- 60000000 - Transport services (excl. Waste transport)
- 60160000 - Mail transport by road
- 60161000 - Parcel transport services
- 60400000 - Air transport services
- 60411000 - Scheduled airmail transport services
- 60421000 - Non-scheduled airmail transport services
- 63121100 - Storage services
- 64100000 - Post and courier services
- 64113000 - Postal services related to parcels
- 64121000 - Multi-modal courier services
- 64121100 - Mail delivery services
- 64121200 - Parcel delivery services
- 90511400 - Paper collecting services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The secure collection, delivery and storage of examination, test papers and materials.
Estimated value for the entire duration of this lot £50000000 to £75000000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Framework term will be for 48 months,with no option to extend.
A Framework contract will be awarded to 10 bidders for this Lot. The maximum number may increase where 2 or more bidders have tied scores in last position.
We also reserve the right to award to any bidder whose final score is within 1% of the last position of this lot.
two.2) Description
two.2.1) Title
Managed Service for Specialist Movements
Lot No
4
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141510 - Blood products
- 33141625 - Diagnostic kits
- 33191000 - Sterilisation, disinfection and hygiene devices
- 33192000 - Medical furniture
- 33199000 - Medical clothing
- 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
- 33698000 - Clinical products
- 33698100 - Microbiological cultures
- 33741300 - Hand sanitizer
- 33954000 - Biological evidence collection kits
- 35113410 - Garments for biological or chemical protection
- 38911000 - Manual swab test kits
- 38912000 - Automated swab test kits
- 60000000 - Transport services (excl. Waste transport)
- 60161000 - Parcel transport services
- 60400000 - Air transport services
- 60411000 - Scheduled airmail transport services
- 60421000 - Non-scheduled airmail transport services
- 63121100 - Storage services
- 64100000 - Post and courier services
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
- 85111800 - Pathology services
- 85111810 - Blood analysis services
- 85111820 - Bacteriological analysis services
- 85142400 - Home delivery of incontinence products
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
A managed service for the collection and delivery of items including but not limited to; samples, specimens, controlled drugs, pharmaceutical drugs, documents, medical supplies and medical equipment.
Estimated value for the entire duration of this lot £365000000 to £500000000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Framework term will be for 48 months, with no option to extend.
A Framework contract will be awarded to 15 bidders for this Lot. The maximum number may increase where 2 or more bidders have tied scores in last position.
We also reserve the right to award to any bidder whose final score is within 1% of the last position of this lot.
two.2) Description
two.2.1) Title
Managed Service for Explosive Substances (Class 1), Firearms and Weapons
Lot No
5
two.2.2) Additional CPV code(s)
- 24600000 - Explosives
- 35200000 - Police equipment
- 35300000 - Weapons, ammunition and associated parts
- 35310000 - Miscellaneous weapons
- 35320000 - Firearms
- 35321000 - Light firearms
- 35330000 - Ammunition
- 35331000 - Ammunition for firearms and warfare
- 35340000 - Parts of firearms and ammunition
- 35341000 - Parts of light firearms
- 39241100 - Knives
- 60000000 - Transport services (excl. Waste transport)
- 60161000 - Parcel transport services
- 63121100 - Storage services
- 64100000 - Post and courier services
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 75220000 - Defence services
- 75221000 - Military defence services
- 75241100 - Police services
- 75251000 - Fire-brigade services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90523100 - Weapons and ammunition disposal services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Managed Service for the collection, delivery, transportation and disposal of explosive substances and articles (UN Class 1) including but not limited to; ammunition, firearms, weapons and knives.
The estimated value for the entire duration of this lot £35000000 to £100000000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £350,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Framework term will be for 48 months,with no option to extend.
A Framework contract will be awarded to 10 bidders for this Lot. The maximum number may increase where 2 or more bidders have tied scores in last position.
We also reserve the right to award to any bidder whose final score is within 1% of the last position of this lot.
two.2) Description
two.2.1) Title
Managed Service for Asset Recovery
Lot No
6
two.2.2) Additional CPV code(s)
- 15991000 - Tobacco goods
- 18500000 - Jewellery, watches and related articles
- 33680000 - Pharmaceutical articles
- 35300000 - Weapons, ammunition and associated parts
- 35310000 - Miscellaneous weapons
- 35320000 - Firearms
- 35321000 - Light firearms
- 35330000 - Ammunition
- 35331000 - Ammunition for firearms and warfare
- 35340000 - Parts of firearms and ammunition
- 35341000 - Parts of light firearms
- 39241100 - Knives
- 45111200 - Site preparation and clearance work
- 50117300 - Reconditioning services of vehicles
- 50118100 - Breakdown and recovery services for cars
- 50118110 - Vehicle towing-away services
- 50118400 - Breakdown and recovery services for motor vehicles
- 50190000 - Demolition services of vehicles
- 60000000 - Transport services (excl. Waste transport)
- 60161000 - Parcel transport services
- 60400000 - Air transport services
- 63121100 - Storage services
- 64100000 - Post and 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
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 79342400 - Auction services
- 79342410 - Electronic auction services
- 79957000 - Auction organisation services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90523100 - Weapons and ammunition disposal services
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
A Managed service for asset recovery including the collection, delivery and auctioning of high value items,vehicle, land and property.
Estimated value for the entire duration of this lot £200000000 to £400000000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Framework term will be for 48 months, with no option to extend.
A Framework contract will be awarded to 10 bidders for this Lot. The maximum number may increase where 2 or more bidders have tied scores in last position.
We also reserve the right to award to any bidder whose final score is within 1% of the last position of this lot.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to Tender (“ITT”) registering for access
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 March 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/43ae863c-f419-4aae-8e86-997a43228ad8# 1)Contract notice transparency information for the agreement;2) Contract notice authorised customer list;3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to 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 implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
PLEASE NOTE:All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.On 30 June 2021, any certificate issued under the old scheme will expire.Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool:
https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at Enablement@crowncommercial.gov.uk or call 0345 410 2222.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom