Future opportunity

Storage, Distribution, Kitting and Associated Services

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

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice reference: 2021/S 000-020540

Published 20 August 2021, 10:45pm



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 3450103503

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

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

https://www.gov.uk/ccs

Additional information can be obtained from the above-mentioned address

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Storage, Distribution, Kitting and Associated Services

Reference number

RM6282

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 Storage, Distribution, Kitting and Associated 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 Storage, Distribution, Kitting and Associated Services requirements.

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: £5,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 18923100 - Pouches
  • 18937000 - Goods-packing sacks
  • 18937100 - Goods-packing bags
  • 18938000 - Padded bags
  • 22000000 - Printed matter and related products
  • 22450000 - Security-type printed matter
  • 30192800 - Self-adhesive labels
  • 30199760 - Labels
  • 30199761 - Bar-coded labels
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 35121400 - Security bags
  • 35121500 - Seals
  • 42961400 - Dispatch system
  • 42965100 - Warehouse management system
  • 42998000 - Pallet-picking system
  • 42998100 - Pallet-retrieving system
  • 44423300 - Goods-handling equipment
  • 44424200 - Adhesive tape
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614300 - Container storage system
  • 44617000 - Boxes
  • 44617100 - Cartons
  • 44617300 - Prefabricated boxes
  • 44618100 - Light containers
  • 44619000 - Other containers
  • 44619300 - Crates
  • 44619500 - Pallet boxes
  • 48311100 - Document management system
  • 48720000 - Bar coding software package
  • 48921000 - Automation system
  • 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
  • 60410000 - Scheduled 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
  • 64000000 - Postal and telecommunications services
  • 64100000 - Post and courier services
  • 64110000 - Postal services
  • 64113000 - Postal services related to parcels
  • 64115000 - Mailbox rental
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 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
  • 79570000 - Mailing-list compilation and mailing services
  • 79571000 - Mailing services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79811000 - Digital printing services
  • 79821000 - Print finishing services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 79920000 - Packaging and related services
  • 79921000 - Packaging services
  • 79957000 - Auction organisation services
  • 79991000 - Stock-control 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
  • 90524400 - Collection, transport and disposal of hospital waste
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Storage, Distribution, Kitting and Associated Services

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

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

Key service elements will be:

● International Storage and inbound Freight Services

● Receipt and quality checking of goods

● Kitting and Co Packing (including automation)

● Storage including pick and pack

● Transport & Distribution

● Home delivery and collection

● Collection and Reverse logistics

● Repacking, Recycling/Dispo

two.3) Estimated date of publication of contract notice

31 October 2021


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 Storage, Distribution, Kitting and Associated Services market.

Crown Commercial Service intends to hold market engagement sessions during August and September 2021 with 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 ccscourierteam@crowncommercial.gov.uk no later than midday on 26th August 2021. 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 & Tenders Electronic Daily for the publication of the OJEU 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 certified for the services under and in connection with the procurement.

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, Old Hall Street

Liverpool

L3 9PP

Email

ccscourierteam@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/ccs