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
logisticsandwarehousing@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Region 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
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Logistics, Distribution, Warehousing, and Fulfilment services
Reference number
RM6329
two.1.2) Main CPV code
- 63120000 - Storage and warehousing 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 Logistics, Distribution, Warehousing, and Fulfilment services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all Logistics, Distribution, Warehousing, and Fulfilment services required by UK Central Government Departments.
The lotting structure of this framework will be determined as a result of market and customer engagement. The entire Framework Agreement Estimated Value range is expected to be 200 000 000 GBP up to an upper value of 500 000 000 GBP.
Suppliers wishing to engage with the Authority to help shape this commercial vehicle should email logisticsandwarehousing@crowncommercial.gov.uk Quoting “RM6329 PIN Interest” in the subject box.
Important note: Additional lots are currently being considered but confirmation of the final Framework Agreement structure will be provided following market engagement.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34144750 - Cargo carriers
- 34512300 - Bulk carriers
- 34512400 - Cargo ships
- 34512600 - Container carriers
- 34512900 - Car carriers
- 35513400 - Auxiliary hospital; cargo; tanker; ro-ro vessel
- 44613300 - Standard freight containers
- 44613400 - Storage containers
- 44614300 - Container storage system
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60160000 - Mail transport by road
- 60161000 - Parcel transport services
- 60180000 - Hire of goods-transport vehicles with driver
- 60200000 - Railway transport services
- 60220000 - Mail transport by railway
- 60600000 - Water transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 63120000 - Storage and warehousing services
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
- 63122000 - Warehousing services
- 63521000 - Freight transport agency services
- 63523000 - Port and forwarding agency services
- 63524000 - Transport document preparation services
- 63726300 - Vessel storage services
- 64120000 - Courier services
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
- 71311200 - Transport systems consultancy services
- 72221000 - Business analysis consultancy services
- 79418000 - Procurement consultancy services
- 85312200 - Homedelivery of provisions
- 92500000 - Library, archives, museums and other cultural services
- 92512100 - Archive destruction services
- 98000000 - Other community, social and personal services
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Logistics, Distribution, Warehousing, and Fulfilment services.
The services may include, but are not limited to, the collection, receipt, storage, management, processing and onward distribution of:
pallets;
shipping containers;
supply items;
commodities;
parcel;
package;
vehicles;
parts;
electronic items;
components;
fuel;
gases;
dry Powers;
liquids;
aggregates;
construction materials and products;
hazardous goods;
temperature controlled goods;
weapons and ammunition;
pharmaceuticals, controlled drugs and restricted/illegal drugs;
assets for disposal/recycling/ repurposing.
The services may also be required to provide supply chain consultancy, supply chain management, supplier management, fourth party logistics management, solution design, logistics integrator services, construction site facilities management, laydown solutions, and events logistics.
two.2.14) Additional information
This Prior Information Notice is to signal an intention to commence market engagement with suppliers operating within the logistics, distribution, warehousing, fulfilment and associated services sector.
Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction.
two.3) Estimated date of publication of contract notice
31 January 2024
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
A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/908fc3dc-f5ea-4580-a922-3144825c55a7
Crown Commercial Service intends to hold market engagement sessions during June and July 2023 with industry experts and suppliers interested in potentially bidding for the resulting framework contract.
If you are interested in attending a market engagement session please express your interest by emailing logisticsandwarehousing@crowncommercial.gov.uk no later than midday on 23.06.2023. Further details will be provided to you. Your email must clearly state:
1. Organisation name
2. Contact name
3. Job title of contact (including responsibility within your organisation)
4. Contact phone number
5. Contact email
6. Organisation website link
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 Crown] 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 for the services under and in connection with the procurement
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 meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.
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 RM6329 Schedule, “Security Requirement and Plan”, to meet RM6329 requirements. This will be released at the ITT stage.