Tender

Warehousing, Logistics and Fulfilment

  • Ordnance Survey Limited

F02: Contract notice

Notice identifier: 2025/S 000-006756

Procurement identifier (OCID): ocds-h6vhtk-04e696

Published 21 February 2025, 1:46pm



Section one: Contracting authority

one.1) Name and addresses

Ordnance Survey Limited

Explorer House, Adanac Drive

Southampton

SO16 0AS

Contact

Sarah Gatt

Email

sarah.gatt@os.uk

Telephone

+44 2380055163

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.os.uk/

Buyer's address

https://in-tendhost.co.uk/os/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/os/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/os/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Public Corporation

one.5) Main activity

Other activity

Geospatial Mapping Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Warehousing, Logistics and Fulfilment

Reference number

BS.0178

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

Ordnance Survey Ltd (OS) is Britain’s mapping agency and is responsible for the surveying, production, maintenance and marketing of a wide range of geographic information, relied on by government, business and individuals. Further information on us can be found on our website http://www.os.uk. OS is a private limited company (company registration number 09121572), and the entire share capital is owned by the Department for Science, Innovation and Technology. The Ordnance Survey Consumer business unit is responsible for all retail products made available via an omni channel approach - direct to end customer and via retail/wholesale trade channels. Product categories include OS Paper Maps, OS Active Maps, guidebooks and outdoor accessories.The requirement is for professionally managed, cost-effective outsourced Warehousing, Logistics and Fulfilment Services. OS are seeking a Supplier with the capabilities and capacity to:• Suitably store and manage OS stock.• Receive and book st

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 63121100 - Storage services
  • 63121000 - Storage and retrieval services
  • 39173000 - Storage units
  • 63100000 - Cargo handling and storage services
  • 63122000 - Warehousing services
  • 42965100 - Warehouse management system
  • 44613400 - Storage containers
  • 44614100 - Storage bins

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ordnance Survey Ltd (OS) is Britain’s mapping agency and is responsible for the surveying, production, maintenance and marketing of a wide range of geographic information, relied on by government, business and individuals. Further information on us can be found on our website http://www.os.uk. OS is a private limited company (company registration number 09121572), and the entire share capital is owned by the Department for Science, Innovation and Technology. The Ordnance Survey Consumer business unit is responsible for all retail products made available via an omni channel approach - direct to end customer and via retail/wholesale trade channels. Product categories include OS Paper Maps, OS Active Maps, guidebooks and outdoor accessories.The requirement is for professionally managed, cost-effective outsourced Warehousing, Logistics and Fulfilment Services. OS are seeking a Supplier with the capabilities and capacity to:• Suitably store and manage OS stock.• Receive and book stock into the warehouse.• Arrange the collection of products from the OS Printing and Finishing Provider.• Fulfil orders for both ecommerce and wholesale trade/retail customers.• Ensure delivery to the end customer• Manage the full returns process of both ecommerce consumers and trade customers• Meet the OS Mapping for Emergency requirement.The estimated contract value is up to £1.8m for the initial two-year contract term.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract length will be for an initial two years starting on the Commencement Date, with the option to extend three times for a period of 12 months each (2+1+1+1). Therefore, if all extensions were taken, the full length of the contract would be for five years.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

25 March 2025

Local time

12:00pm

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

25 March 2025

Local time

12:00pm

Place

UK


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The contract length will be for two years with the option to extend three times for period of up to 12 months each (2+1+1+1). Therefore, if all extensions were taken, the full length of the contract would be for five years.

six.3) Additional information

Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity.Ordnance Survey is carrying out this procurement under the open procedure pursuant to the Public Contracts Regulations 2015 (as amended). In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract Ordnance Survey will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 86) and observe a minimum 10-day standstill period (in accordance with Regulation 87) before the contract is entered into. Expressions of interest applications must be by way of completion and return of the selection questionnaire (SQ) and ITT i(n accordance with the requirements set out in the ITT by the time limit in section IV.2.2) above).Bidders should note that the procurement documents (including the contract documentation) are draft documents at this stage, providing indicative information of OS's intended approach in the procurement process and are for general information only.Ordnance Survey reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure. Ordnance Survey reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).