Tender

SERVICES - LOGISTICS - SUPPLY OF WAREHOUSING AND DISTRIBUTION SERVICES 0333

  • Scotland Gas Networks Plc and Southern Gas Networks Plc (together hereinafter referred to as "SGN")

F05: Contract notice – utilities

Notice identifier: 2024/S 000-021521

Procurement identifier (OCID): ocds-h6vhtk-047d27

Published 12 July 2024, 4:17pm



Section one: Contracting entity

one.1) Name and addresses

Scotland Gas Networks Plc and Southern Gas Networks Plc (together hereinafter referred to as "SGN")

UK

Contact

Caroline Gray

Email

caroline.gray@sgn.co.uk

Telephone

+44 7855183443

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

SGN

Internet address(es)

Main address

www.sgn.co.uk

one.3) Communication

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

https://sgn.tlb.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=385

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sgn.tlb.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=385

one.6) Main activity

Production, transport and distribution of gas and heat


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SERVICES - LOGISTICS - SUPPLY OF WAREHOUSING AND DISTRIBUTION SERVICES 0333

Reference number

Project_1385

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

Scotland Gas Networks Plc and Southern Gas Networks Plc (together hereinafter referred to as "SGN") intends to procure a Third-Party Logistics Provider (3PL) to assist with optimisation and management of our end-to-end logistics function which includes managing Distribution Centres, overseeing inbound and outbound logistics, and implementing a robust Warehouse Management System (WMS). It also covers reverse logistics, providing fleet and courier services and managing Last Mile delivery utilising methods such as Pick-Up Drop-Off (PUDO) sites. Additionally, it involves real-time tracking of high-value assets, waste management, and disposal, along with continuous support and improvement through training and system updates, ensuring efficient, sustainable, and compliant operations for SGN. A breakdown of the scope is provided in section B5.2. The service requirements will be divided into two separate contract Lots: Lot 1 - Logistics Services and Implementation & Lot 2 - Logistics Bespoke IT Solutions. Applicants are required to indicate what Lots they are bidding for. SGN reserve the right to award Lot 1 only, or Lot 1 & 2 combined, there will be no award made for Lot 2 only.

The Contracting Authority intends to conduct a Competitive Dialogue procurement in accordance with Regulation 48 of the Utilities Contract Regulations 2016.

It is anticipated to be a three stage process: Stage 1 - PQQ; Stage 2 -Dialogue and Stage 3 - Final Proposals. Under the first stage of the process, applicants are required to complete a PQQ. The Applicant is issued with a PQQ including instructions, a set of qualitative questions, and corresponding minimum requirements. The top 6 highest scoring applicants will be shortlisted based on the scored questions within the PQQ (assuming that there are at least 3 suitably qualified organisations that pass the minimum criteria). Following evaluation of submitted PQQs SGN will invite the shortlisted applicants to participate in initial dialogue sessions. Following the conclusion of the Stage 1 process and SGN's assessment of the PQQ submissions, the top 6 highest scoring Applicants will be selected and Invited to Participate in the Dialogue (ITPD) process.

Discussions during the dialogue stage will focus on developing solutions which effectively meet SGN's aims and ambitions for this Contract. At the end of this stage, assuming all six applicants remain in the competition, applicants will be invited to participate in submit Outline Solutions. Following evaluation, SGN reserves the right to down select applicants who scores lowest against the published criteria and remove them from the competition. Remaining applicants will then be provided with the opportunity to refine their initial solutions having received feedback, and further dialogue sessions will take place as necessary.

Stage 3 will commence with a call for the final proposals when SGN are satisfied there is at least one bid that meets the needs and requirements. Following submission, applicants will be evaluated against the pre-defined evaluation criteria and SGN will seek to award to a single operator who has been identified as the most economically advantageous tenderer who will then enter the Contract(s), as further particularised in the PQQ.

Further detail is included in the tender pack published with this Contract Notice and obtainable from the address set out at Section I.3. The scope of the contract will be flexible to the requirements of SGN over the life of the contract, and to functional and innovative developments in the sector during that period.

The initial term will be 5 years with the option for SGN to extend by a further 3 years (in 1 year increments).

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Please note that Applicants are required to indicate what Lots they are bidding for Lot 1 only or Lot 1 & 2 combined: Lot 1 Logistics Services & Implementation; Lot 2 Logistics Bespoke IT Solutions. SGN reserve the right to award Lot 1 only, or Lot 1 & 2 combined. Individual submissions for Lot 2 alone will not be accepted.

two.2) Description

two.2.1) Title

Logistics Services and Implementation

Lot No

1

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - Logistics Services and Implementation:

>Distribution Centres, Inbound Delivery and Picking: Provision of Distribution Centres; Distribution Centre Management; Metering; Custom Invoice Packaging List; Goods Receiving and Putaway; Order Fulfilment; Storage Media (Asset Tracking); Emergencies; Warehouse Management Systems; Order Management System; Inventory Management System; Optimised Delivery

>Distribution, Reverse Logistics and Waste Management: Distribution; Plant, Machinery, and Manual Handling Equipment; Reverse logistics; Special Service Requests; Waste Management;

>Management and Admin: Account Management; Reporting; Regulatory & Safety Compliance; Pipe Cutting Services; Business Continuity Plans (BCPs)

>Downstream (Depot and Last Mile Delivery): Stores Management and People; Depot Order Fulfilment and Picking; Pick-up Drop-off (PUDO) Sites Provision and Management; Couriers (Labour/Fleet/Management)

>Mobilisation and Implementation: Onboarding and Requirements Gathering; Logistics Network Planning; Implementation

>Tooling: Calibration and Maintenance; Repairs; Inventory Asset Management

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

This is an on-going service requirement.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The top 6 highest scoring applicants will be shortlisted based on the scored questions within the PQQ.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

3 x 1 year periods.

two.2) Description

two.2.1) Title

Logistics Onsite IT Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

LOT 2 - Logistics Onsite IT Solution

>IT: Engineering App; Van Inventory Management

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

If Lot 2 is awarded then this will be subject to an on-going requirement.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Only one PQQ is required to be submitted for this opportunity.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

3 x 1 year extension


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

Competitive dialogue

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 August 2024

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

17 September 2024

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Southern Gas Networks Plc

St Lawrence House

Horley

RH6 9HJ

Country

United Kingdom