Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
James.Carter@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Billingsgate Market Logistics Consolidation Services
Reference number
prj_COL_20678
two.1.2) Main CPV code
- 64121000 - Multi-modal courier services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the City) invites Tenders for the provision of a consolidated logistic service at Billingsgate Market, located at Trafalgar Way, Poplar, London E14 5ST
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Billingsgate Market, located at Trafalgar Way, Poplar, London E14 5ST
two.2.4) Description of the procurement
This requirement is broken into seven main work packages. The overarching aims for the work packages are:
• Service management – To provide and manage the resources and people provided within the tender and with the Employer manage risk and ensure the Service meets quality, time and cost parameters.
• Provide the consolidated delivery Service – To provide the Employer with a third part logistics Service for delivery of tenant’s goods to customers from Billingsgate Fish Market to customers within the boundary of the M25 and, where agreed, wider. The Provider will supply a commercial charging mechanism for tenants and customers to move the Service to a commercial basis.
• Support the vehicle supplier in developing Fleet as a Service (FaaS) business proposition – To support the Employer and the preferred vehicle supplier in developing the FaaS concept by supporting the identification of alternative vehicle use during the periods when the vehicles are not being used in the consolidated delivery service.
• Develop a dynamic delivery model and supporting software – To provide and/or develop a dynamic delivery model supported by an electronic platform to support and facilitate tenant placement of delivery requests and track customer deliveries. Capture from this the key performance indicator (KPIs) required to further develop the Service for Dagenham Dock markets.
• Utilise low and zero emissions vehicle types - with the preferred supplier, or a supplier of choice, provide low emission refrigerated and frozen vehicles for the Service and capture emissions reduction figures.
• Support further development of the sustainable logistics plan – To provide the Employer with input and subject matter expertise in developing, improving and extending the service at Billingsgate and at a later date under reserved rights extend the service to additional markets.
• Provide a charging mechanism for customers and a plan to achieve commercial viability – To enable the provision of a consolidation service that achieves commercial viability in the long term for the Employer
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Commercial / Weighting: 40
Quality criterion - Name: Responsible Procurement / Weighting: 15
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The duration of the contract is 1 year, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 2 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
two.2.14) Additional information
The City reserves the right to expand the services to its other wholesale markets (New Spitalfields, located at 23 Sherrin Rd, London E10 5SQ and Smithfields, located at 5 St John's Lane, London EC1M 4BH
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
As stated in the procurement documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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
16 December 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 December 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions, and variation of scope to include additional markets. The estimated annual contract value is therefore £750,000.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom