Tender

Billingsgate Market Logistics Consolidation Services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2022/S 000-032224

Procurement identifier (OCID): ocds-h6vhtk-038435

Published 14 November 2022, 3:07pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

James.Carter@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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