Opportunity

Storage, Distribution, Kitting and Associated Services

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

F02: Contract notice

Notice reference: 2021/S 000-027624

Published 3 November 2021, 10:44pm



The closing date and time has been changed to:

2 December 2021, 3:00pm

See the change notice.

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

Supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

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://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

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. This Framework Agreement will consist of seven (7) lots, some of which have sub lots, to cover various requirements for Storage, Kitting, Distribution and Associated Services to meet the current and future needs of the public sector.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

International Storage

Lot No

1a

two.2.2) Additional CPV code(s)

  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 42965100 - Warehouse management system
  • 42998000 - Pallet-picking system
  • 42998100 - Pallet-retrieving system
  • 44423300 - Goods-handling equipment
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614100 - Storage bins
  • 44614300 - Container storage system
  • 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)
  • 60220000 - Mail transport by railway
  • 60420000 - Non-scheduled air transport 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
  • 63524000 - Transport document preparation services
  • 72212780 - System, storage and content management software development services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79991000 - Stock-control services
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Provides a whole range of services for secure storage and fulfilment in international locations. This includes but is not limited to: inbound warehousing processes; warehouse storage; fulfilment services; order consolidation; merge in transit; packaging and goods/material handling equipment;stock control; inventory and asset management systems (including asset traceability).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £80,000,000

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) Description

two.2.1) Title

Air Charter and Air Freight Services

Lot No

1b

two.2.2) Additional CPV code(s)

  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 48311100 - Document management system
  • 60000000 - Transport services (excl. Waste transport)
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60411000 - Scheduled airmail transport services
  • 60420000 - Non-scheduled air transport services
  • 60421000 - Non-scheduled airmail transport services
  • 60423000 - Air-charter services
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63100000 - Cargo handling and storage services
  • 63110000 - Cargo handling services
  • 63521000 - Freight transport agency services
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 75130000 - Supporting services for the government
  • 75131000 - Government services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Provides a whole range of services for the management of air freight and air charter services for the transportation of items from international locations, which includes but not limited to: charter booking services; air freight management and ground handling collaboration

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,400,000,000

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) Description

two.2.1) Title

Rail Freight

Lot No

1c

two.2.2) Additional CPV code(s)

  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 44423300 - Goods-handling equipment
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614300 - Container storage system
  • 44619000 - Other containers
  • 48311100 - Document management system
  • 48720000 - Bar coding software package
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60200000 - Railway transport services
  • 60220000 - Mail transport by railway
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63100000 - Cargo handling and storage services
  • 63110000 - Cargo handling services
  • 63111000 - Container handling 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
  • 75130000 - Supporting services for the government
  • 75131000 - Government services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Provides a whole range of services for the provision, management and booking of rail freight transportation from international destinations for delivery into the UK. This includes but is not limited to rail freight booking services; customs services and clearance; container management and transportation and secure onward delivery

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £248,000,000

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) Description

two.2.1) Title

Road Freight

Lot No

1d

two.2.2) Additional CPV code(s)

  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 44423300 - Goods-handling equipment
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614300 - Container storage system
  • 44618100 - Light containers
  • 44619000 - Other containers
  • 44619300 - Crates
  • 44619500 - Pallet boxes
  • 48311100 - Document management system
  • 48720000 - Bar coding software package
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63100000 - Cargo handling and storage services
  • 63110000 - Cargo handling services
  • 63111000 - Container handling services
  • 63521000 - Freight transport agency services
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land transport
  • 64121100 - Mail delivery services
  • 64121200 - Parcel delivery services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Provides a whole range of services for the management and provision of road freight transportation from international destinations. This includes but not limited to:road freight services; provision of specialist vehicles; customs services, customs clearance and secure onward delivery.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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) Description

two.2.1) Title

Sea Freight

Lot No

1e

two.2.2) Additional CPV code(s)

  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 44423300 - Goods-handling equipment
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614300 - Container storage system
  • 44619000 - Other containers
  • 48311100 - Document management system
  • 48720000 - Bar coding software package
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport 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
  • 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
  • 75130000 - Supporting services for the government
  • 75131000 - Government services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Provides a whole range of services for the provision, management and booking of sea freight transportation from international destinations for delivery into the UK. This includes but is not limited to: freight booking services;container management and transportation; customs services; customs clearance and secure onward delivery.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £292,000,000

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) Description

two.2.1) Title

Quality Control

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 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
  • 75131000 - Government services
  • 85145000 - Services provided by medical laboratories

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A full range of services to support the quality control of items being delivered into the UK from International destinations which includes but is not limited to: independent assurance; conformance testing and audits.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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) Description

two.2.1) Title

Storage

Lot No

3a

two.2.2) Additional CPV code(s)

  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18938000 - Padded bags
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 42965100 - Warehouse management system
  • 42998000 - Pallet-picking system
  • 42998100 - Pallet-retrieving system
  • 44423300 - Goods-handling equipment
  • 44425300 - Rubber bands
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614100 - Storage bins
  • 44614300 - Container storage system
  • 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
  • 60161000 - Parcel transport services
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60420000 - Non-scheduled air transport 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
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land transport
  • 64000000 - Postal and telecommunications services
  • 64100000 - Post and courier services
  • 64110000 - Postal services
  • 64113000 - Postal services related to parcels
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 72212780 - System, storage and content management software development services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79570000 - Mailing-list compilation and mailing services
  • 79571000 - Mailing services
  • 79991000 - Stock-control services
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A full range of services and solutions for the provision of storage and related services, including but not be limited to: inbound warehousing processes and handling services; warehouse storage;packaging and goods/material handling equipment;stock control and inventory and asset management systems (including asset traceability)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £240,000,000

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) Description

two.2.1) Title

Kitting and Fulfilment Solutions and Services

Lot No

3b

two.2.2) Additional CPV code(s)

  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18938000 - Padded bags
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 42965100 - Warehouse management system
  • 42998000 - Pallet-picking system
  • 42998100 - Pallet-retrieving system
  • 44423300 - Goods-handling equipment
  • 44425300 - Rubber bands
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44614100 - Storage bins
  • 44614300 - Container storage system
  • 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
  • 60161000 - Parcel transport services
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60420000 - Non-scheduled air transport 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
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land transport
  • 64000000 - Postal and telecommunications services
  • 64100000 - Post and courier services
  • 64110000 - Postal services
  • 64113000 - Postal services related to parcels
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 72212780 - System, storage and content management software development services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79570000 - Mailing-list compilation and mailing services
  • 79571000 - Mailing services
  • 79991000 - Stock-control services
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A full range of services and solutions for the provision of fulfilment and kitting solutions and service which may include but not be limited to: pick and packing of products;unpacking received products into individual cases and the preparation of items for dispatch to Buyer requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £480,000,000

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) Description

two.2.1) Title

Transport and Distribution

Lot No

3c

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 44423300 - Goods-handling equipment
  • 44425300 - Rubber bands
  • 44613300 - Standard freight containers
  • 44613400 - Storage containers
  • 44618100 - Light containers
  • 44619300 - Crates
  • 44619500 - Pallet boxes
  • 48311100 - Document management system
  • 48720000 - Bar coding software package
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60161000 - Parcel transport services
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60420000 - Non-scheduled air transport services
  • 63100000 - Cargo handling and storage services
  • 63110000 - Cargo handling services
  • 63111000 - Container handling services
  • 63521000 - Freight transport agency services
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land transport
  • 64100000 - Post and courier services
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A full range of services for the transportation and distribution of items, which may include but not be limited to pallets, individual boxed, containers, medical equipment and large bulky items.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £800,000,000

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) Description

two.2.1) Title

Residential Collections and Drop off Points

Lot No

4a

two.2.2) Additional CPV code(s)

  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18938000 - Padded bags
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 44425300 - Rubber bands
  • 48720000 - Bar coding software package
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60160000 - Mail transport by road
  • 60161000 - Parcel transport services
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60411000 - Scheduled airmail transport services
  • 60420000 - Non-scheduled air transport services
  • 60421000 - Non-scheduled airmail transport services
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land 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
  • 64121100 - Mail delivery services
  • 64121200 - Parcel delivery services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79570000 - Mailing-list compilation and mailing services
  • 79571000 - Mailing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Specialist collection, delivery for transportation of samples and specimens classified as UN3733 to and from residential addresses including the provision of non contact drop off boxes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,200,000,000

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) Description

two.2.1) Title

Specialist Collection and Delivery Services

Lot No

4b

two.2.2) Additional CPV code(s)

  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18938000 - Padded bags
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141620 - Medical kits
  • 33141625 - Diagnostic kits
  • 42961400 - Dispatch system
  • 44425300 - Rubber bands
  • 48720000 - Bar coding software package
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60160000 - Mail transport by road
  • 60161000 - Parcel transport services
  • 60200000 - Railway transport services
  • 60220000 - Mail transport by railway
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60411000 - Scheduled airmail transport services
  • 60420000 - Non-scheduled air transport services
  • 60421000 - Non-scheduled airmail transport 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
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 64121100 - Mail delivery services
  • 64121200 - Parcel delivery services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79570000 - Mailing-list compilation and mailing services
  • 79571000 - Mailing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A full range of services for the specialist collection and delivery service of items including but not limited to; samples, specimens, controlled drugs, pharmaceutical drugs, documents, medical supplies and medical equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £800,000,000

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) Description

two.2.1) Title

Disposal and Recycling

Lot No

5

two.2.2) Additional CPV code(s)

  • 44423300 - Goods-handling equipment
  • 44425300 - Rubber bands
  • 44614100 - Storage bins
  • 44618100 - Light containers
  • 48311100 - Document management system
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 63121100 - Storage services
  • 63122000 - Warehousing services
  • 63524000 - Transport document preparation services
  • 63700000 - Support services for land, water and air transport
  • 63710000 - Support services for land transport
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 72212780 - System, storage and content management software development services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79342400 - Auction services
  • 79342410 - Electronic auction services
  • 79957000 - Auction organisation services
  • 79991000 - Stock-control services
  • 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
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A managed service for the recycling and disposal items, which may include incineration, resale via auctioning and donation. Items may include but not be limited to: medical equipment, packaging, PPE and IT equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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) Description

two.2.1) Title

Print Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products
  • 22450000 - Security-type printed matter
  • 30197630 - Printing paper
  • 30197640 - Self-copy or other copy paper
  • 30197643 - Photocopier paper
  • 30197645 - Card for printing
  • 44425300 - Rubber bands
  • 48311100 - Document management system
  • 60160000 - Mail transport by road
  • 60220000 - Mail transport by railway
  • 60411000 - Scheduled airmail transport services
  • 60421000 - Non-scheduled airmail transport services
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 63121100 - Storage services
  • 63122000 - Warehousing services
  • 63524000 - Transport document preparation services
  • 64000000 - Postal and telecommunications services
  • 64100000 - Post and courier services
  • 64110000 - Postal services
  • 64113000 - Postal services related to parcels
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services
  • 64121100 - Mail delivery services
  • 64121200 - Parcel delivery services
  • 72212780 - System, storage and content management software development services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79570000 - Mailing-list compilation and mailing services
  • 79571000 - Mailing services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79811000 - Digital printing services
  • 79820000 - Services related to printing
  • 79821000 - Print finishing services
  • 79821100 - Proofreading services
  • 79822000 - Composition services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 79970000 - Publishing services
  • 79991000 - Stock-control services
  • 79995200 - Cataloguing services
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A full service offering for print and printed materials, which includes but is not limited to: bulk print, print management, operational print, print products, print and stock management and alternative formats.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £180,000,000

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) Description

two.2.1) Title

Cardboard Packaging

Lot No

7a

two.2.2) Additional CPV code(s)

  • 18923100 - Pouches
  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18937100 - Goods-packing bags
  • 18938000 - Padded bags
  • 22993400 - Corrugated paper or paperboard
  • 30192800 - Self-adhesive labels
  • 30199760 - Labels
  • 30199761 - Bar-coded labels
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 44424200 - Adhesive tape
  • 44617000 - Boxes
  • 44617100 - Cartons
  • 44617300 - Prefabricated boxes
  • 44618100 - Light containers
  • 63524000 - Transport document preparation services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79920000 - Packaging and related services
  • 79921000 - Packaging services
  • 79991000 - Stock-control services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The provision of a wide range of cardboard packaging which includes but not limited to individual packing boxes and large boxes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £80,000,000

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) Description

two.2.1) Title

Corrugated Packaging

Lot No

7b

two.2.2) Additional CPV code(s)

  • 18923100 - Pouches
  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18937100 - Goods-packing bags
  • 18938000 - Padded bags
  • 22993400 - Corrugated paper or paperboard
  • 30192800 - Self-adhesive labels
  • 30199760 - Labels
  • 30199761 - Bar-coded labels
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 44424200 - Adhesive tape
  • 44617000 - Boxes
  • 44617100 - Cartons
  • 44617300 - Prefabricated boxes
  • 44618100 - Light containers
  • 63524000 - Transport document preparation services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79920000 - Packaging and related services
  • 79921000 - Packaging services
  • 79991000 - Stock-control services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The provision of a wide range of corrugated packaging which includes but not limited to: A4, A3 and other large sized boxes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £120,000,000

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) Description

two.2.1) Title

Plastic and Security Packaging

Lot No

7c

two.2.2) Additional CPV code(s)

  • 18923100 - Pouches
  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18937100 - Goods-packing bags
  • 18938000 - Padded bags
  • 22993400 - Corrugated paper or paperboard
  • 30192800 - Self-adhesive labels
  • 30199760 - Labels
  • 30199761 - Bar-coded labels
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 44424200 - Adhesive tape
  • 44617000 - Boxes
  • 44617100 - Cartons
  • 44617300 - Prefabricated boxes
  • 44618100 - Light containers
  • 63524000 - Transport document preparation services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79920000 - Packaging and related services
  • 79921000 - Packaging services
  • 79991000 - Stock-control services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The provision of a whole range of plastic and security packaging which includes but not limited to: mailing bags, double grip seal bags, document wallets and tamper proof seals

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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) Description

two.2.1) Title

Medical Packaging

Lot No

7d

two.2.2) Additional CPV code(s)

  • 18923100 - Pouches
  • 18933000 - Mail or parcel bags
  • 18933100 - Post pouches
  • 18937000 - Goods-packing sacks
  • 18937100 - Goods-packing bags
  • 18938000 - Padded bags
  • 22993400 - Corrugated paper or paperboard
  • 30192800 - Self-adhesive labels
  • 30199760 - Labels
  • 30199761 - Bar-coded labels
  • 33140000 - Medical consumables
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 44424200 - Adhesive tape
  • 44617000 - Boxes
  • 44617100 - Cartons
  • 44617300 - Prefabricated boxes
  • 44618100 - Light containers
  • 63524000 - Transport document preparation services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79920000 - Packaging and related services
  • 79921000 - Packaging services
  • 79991000 - Stock-control services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of a wide range of medical packaging which includes but not limited to absorbent pads for the safe transportation of specimens and samples.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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


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

Bidders 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.1.2) 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

Accelerated procedure

Justification:

As per PCR 2015 Reg 27 (4) a Prior Information Notice was published on 20/08/2021 (reference 2021/S 000-020540) the time limit for the receipt of tenders has been shortened to 15 days.

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-020540

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

Originally published as:

Date

18 November 2021

Local time

3:00pm

Changed to:

Date

2 December 2021

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 November 2021

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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/c1f5ff7e-c907-4b7d-a0fb-ef0e293382d8

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.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

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.

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 eEnablement@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, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/