- Scope of the procurement
- Lot 1. Haulage and Distribution Solutions
- Lot 2. Warehousing and Storage Solutions
- Lot 3. Logistics Consultancy, Supply Chain and Design Solutions
- Lot 4. 3rd Party, 4th Party and 5th Party Logistics Solutions
- Lot 5. Removal and Relocation Solutions
- Lot 6. Vehicle and Plant Movement , Storage and Detention Solutions
- Lot 7. Events, Shows and Exhibition Logistics Solutions
- Lot 8. Construction Logistics and Associated Solutions
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main 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
Logistics, Warehousing, and Supply Chain Solutions
Reference number
RM6329
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS), hereby known as the Authority, has established a multisupplier Framework Contract for the supply of Logistics, Warehousing, and Supply Chain Solutions.
This Framework Agreement replaces:-
RM6074 (Logistics and Warehousing) agreement which expired in October 2024
This Framework had 8 Lots:
Lot 1 - Haulage and Distribution Solutions
Lot 2 - Warehousing and Storage Solutions
Lot 3 - Logistics Consultancy, Supply Chain, and Design Solutions
Lot 4 - 3rd Party, 4th Party, and 5th Party Logistics Solutions
Lot 5 - Removal and Relocation Solutions
Lot 6 - Vehicle and Plant Movement, Storage and Detention Solutions
Lot 7 - Events, Shows and Exhibition Logistics Solutions
Lot 8 - Construction Logistics and Associated Solutions
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,540,500,000
two.2) Description
two.2.1) Title
Haulage and Distribution Solutions
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 24100000 - Gases
- 34144750 - Cargo carriers
- 34512300 - Bulk carriers
- 34512400 - Cargo ships
- 34512600 - Container carriers
- 35513400 - Auxiliary hospital; cargo; tanker; ro-ro vessel
- 42410000 - Lifting and handling equipment
- 44143000 - Pallets
- 44611000 - Tanks
- 44613000 - Large containers
- 44617100 - Cartons
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60161000 - Parcel transport services
- 60180000 - Hire of goods-transport vehicles with driver
- 60181000 - Hire of trucks with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60420000 - Non-scheduled air transport services
- 60600000 - Water transport services
- 63110000 - Cargo handling services
- 63521000 - Freight transport agency services
- 63523000 - Port and forwarding agency services
- 63524000 - Transport document preparation services
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 provides a wide range of transport and distribution solutions via a range of modes of transport including low and zero emission vehicles and crafts, and may include both ad-hoc and scheduled requirements. Item and/or vehicle tracking capabilities will be required.
Items to be carried may include but are not limited to cartons, containers, pallets, tanks, liquids, gases, medical supplies and instruments, foodstuffs, dangerous goods, high risk and high value items.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 9 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 1 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 1
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 1
two.2) Description
two.2.1) Title
Warehousing and Storage Solutions
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 18937000 - Goods-packing sacks
- 18938000 - Padded bags
- 39173000 - Storage units
- 42415110 - Forklift trucks
- 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
- 48720000 - Bar coding software package
- 48921000 - Automation system
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 63111000 - Container handling services
- 63112000 - Baggage handling services
- 63120000 - Storage and warehousing services
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
- 63121110 - Gas 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
- 72212720 - Bar coding software development services
- 72212780 - System, storage and content management software development services
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 79991000 - Stock-control services
- 92510000 - Library and archive services
- 92512100 - Archive destruction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 provides a wide range of storage solutions including but not limited to internal storage, racked storage, stacked storage, external storage, container storage, self serve storage, and offer a range of associated services that may include but are not limited to receipt, indexing, pick, pack, fulfilment, kitting, rework, assembly, dispatch, inventory management, asset management, and disposal.
Items to be stored may include but are not limited to cartons, containers, pallets, tanks, liquids, gases, medical supplies and instruments, foodstuffs, dangerous goods, high risk and high value items.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 15 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 2 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 2
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 2
two.2) Description
two.2.1) Title
Logistics Consultancy, Supply Chain and Design Solutions
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 63700000 - Support services for land, water and air transport
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63712000 - Support services for road transport
- 63720000 - Support services for water transport
- 63730000 - Support services for air transport
- 71311200 - Transport systems consultancy services
- 71356300 - Technical support services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 75130000 - Supporting services for the government
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 provides a wide range of logistics consultancy solutions including but not limited to supply chain consultancy, logistics consultancy, price benchmarking, service and quality benchmarking, solution design, specification design, process improvement, project management, warehouse and network design, and implementation management.
Requirements will be available to any and all Buyers who may have a logistics need either immediately or in the future where industry expertise is required to design, support, and improve operational processes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 10 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 3 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 3
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 3
two.2) Description
two.2.1) Title
3rd Party, 4th Party and 5th Party Logistics Solutions
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 18933100 - Post pouches
- 18937000 - Goods-packing sacks
- 18938000 - Padded bags
- 24100000 - Gases
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 34144750 - Cargo carriers
- 34512300 - Bulk carriers
- 34512400 - Cargo ships
- 34512600 - Container carriers
- 35513400 - Auxiliary hospital; cargo; tanker; ro-ro vessel
- 39173000 - Storage units
- 42410000 - Lifting and handling equipment
- 42415110 - Forklift trucks
- 42418000 - Lifting, handling, loading or unloading machinery
- 42418500 - Mechanical handling equipment
- 42961400 - Dispatch system
- 42965100 - Warehouse management system
- 42998000 - Pallet-picking system
- 42998100 - Pallet-retrieving system
- 44143000 - Pallets
- 44423300 - Goods-handling equipment
- 44611000 - Tanks
- 44611400 - Storage tanks
- 44613000 - Large containers
- 44613300 - Standard freight containers
- 44613400 - Storage containers
- 44614100 - Storage bins
- 44614300 - Container storage system
- 44617100 - Cartons
- 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
- 60180000 - Hire of goods-transport vehicles with driver
- 60181000 - Hire of trucks with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60420000 - Non-scheduled air transport services
- 60600000 - Water transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 63111000 - Container handling services
- 63112000 - Baggage handling services
- 63120000 - Storage and warehousing services
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
- 63121110 - Gas storage services
- 63122000 - Warehousing services
- 63521000 - Freight transport agency 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
- 63712000 - Support services for road transport
- 63720000 - Support services for water transport
- 63730000 - Support services for air transport
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
- 71311200 - Transport systems consultancy services
- 71356300 - Technical support services
- 72212720 - Bar coding software development services
- 72212780 - System, storage and content management software development services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 79418000 - Procurement consultancy services
- 79991000 - Stock-control services
- 92510000 - Library and archive services
- 92512100 - Archive destruction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 provides a wide range of logistics outsourcing solutions with Suppliers operating their own assets, or by Suppliers managing 3rd party assets through a prime and key subcontract relationship. The services may be delivered at the Suppliers own premises, the Buyers premises (or that of their partners) or any other location determined by the Buyer. Solutions may include but are not limited to storage, transportation, fulfilment, facilities management, construction logistics, procurement and inventory management to provide fully managed solutions.
Items under management may include but are not limited to cartons, containers, pallets, tanks, liquids, gases, medical supplies and instruments, foodstuffs, dangerous goods, electronic items, fine art, furniture, vehicles, printed material, mixed stock keeping units, high risk and high value, weapons, dangerous goods, tobacco, alcohol, and counterfeit goods
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 10 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 4 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 4
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 4
two.2) Description
two.2.1) Title
Removal and Relocation Solutions
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
- 60180000 - Hire of goods-transport vehicles with driver
- 60181000 - Hire of trucks with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60420000 - Non-scheduled air transport services
- 63120000 - Storage and warehousing services
- 63121100 - Storage services
- 63122000 - Warehousing services
- 63521000 - Freight transport agency services
- 63523000 - Port and forwarding agency services
- 63524000 - Transport document preparation services
- 79613000 - Employee relocation services
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 5 provides a wide range of removal and relocation solutions including but not limited to storage, transportation, porterage, labour, provision of engineers, project management, packaging and consumables, and asset management including asset disposal, repurposing, recycling, and donation.
Assets to be carried, stored and disposed of may include but not limited to furniture, IT equipment, audio visual equipment, laboratory equipment, fine art, and artefacts.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 7 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 5 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 5
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 5
two.2) Description
two.2.1) Title
Vehicle and Plant Movement , Storage and Detention Solutions
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 34512900 - Car carriers
- 42000000 - Industrial machinery
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 42414410 - Cranes for trucks
- 42415110 - Forklift trucks
- 42418000 - Lifting, handling, loading or unloading machinery
- 42418500 - Mechanical handling equipment
- 50118100 - Breakdown and recovery services for cars
- 50118110 - Vehicle towing-away services
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50118300 - Breakdown and recovery services for buses
- 50118400 - Breakdown and recovery services for motor vehicles
- 50118500 - Breakdown and recovery services for motorcycles
- 60000000 - Transport services (excl. Waste transport)
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60420000 - Non-scheduled air transport services
- 63120000 - Storage and warehousing 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
- 63726300 - Vessel storage services
- 63734000 - Hangar services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6 provides a wide range of transport, storage and disposal solutions for vehicles and plant that may include use of specialist vehicles, engineers, fitters, project management, and administration.
Assets to be transported, stored, and disposed of may include but not limited to cars, lorries, buses, military vehicles, emergency service vehicles, industrial plant, aircraft, marine and river vessels. Additionally, there may be a requirement to provide evidential statements to support any legal proceedings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There was 1 place awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 6 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 6
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 6
two.2) Description
two.2.1) Title
Events, Shows and Exhibition Logistics Solutions
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 18933000 - Mail or parcel bags
- 18933100 - Post pouches
- 18937000 - Goods-packing sacks
- 18938000 - Padded bags
- 24100000 - Gases
- 39173000 - Storage units
- 42410000 - Lifting and handling equipment
- 42415110 - Forklift trucks
- 42418000 - Lifting, handling, loading or unloading machinery
- 42418500 - Mechanical handling equipment
- 42961400 - Dispatch system
- 42965100 - Warehouse management system
- 42998000 - Pallet-picking system
- 42998100 - Pallet-retrieving system
- 44143000 - Pallets
- 44423300 - Goods-handling equipment
- 44611000 - Tanks
- 44611400 - Storage tanks
- 44613000 - Large containers
- 44613300 - Standard freight containers
- 44613400 - Storage containers
- 44614100 - Storage bins
- 44614300 - Container storage system
- 44617100 - Cartons
- 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
- 60180000 - Hire of goods-transport vehicles with driver
- 60181000 - Hire of trucks with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60420000 - Non-scheduled air transport services
- 60600000 - Water transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 63111000 - Container handling services
- 63112000 - Baggage handling services
- 63120000 - Storage and warehousing services
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
- 63121110 - Gas storage services
- 63122000 - Warehousing services
- 63521000 - Freight transport agency 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
- 63712000 - Support services for road transport
- 63720000 - Support services for water transport
- 63730000 - Support services for air transport
- 64121200 - Parcel delivery services
- 71311200 - Transport systems consultancy services
- 71356300 - Technical support services
- 72212720 - Bar coding software development services
- 72212780 - System, storage and content management software development services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 79418000 - Procurement consultancy services
- 79950000 - Exhibition, fair and congress organisation services
- 79952000 - Event services
- 79991000 - Stock-control services
- 92622000 - Sports-event organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 7 provides a wide range of transport and storage for events, shows, and exhibitions that may include use of specialist vehicles, engineers, fitters, project management, and administration. This may also require pick and pack services, stand installations and de-installations, provision of welfare facilities, direct delivery to exhibition stands, and provide temperature-controlled handling.
Items to be transported and stored may include but are not limited to stands, audio-visual equipment, stages, gantries, rigging, cables, clothes, fluids, foodstuff, art, and artefacts.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 2 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 7 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 7
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 7
two.2) Description
two.2.1) Title
Construction Logistics and Associated Solutions
Lot No
Lot 8
two.2.2) Additional CPV code(s)
- 34134000 - Flatbed and Tipper trucks
- 34134200 - Tipper trucks
- 34142000 - Crane and dumper trucks
- 34142100 - Elevator-platforms trucks
- 34142200 - Skip loaders
- 34142300 - Dumper trucks
- 39173000 - Storage units
- 42410000 - Lifting and handling equipment
- 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
- 42414410 - Cranes for trucks
- 42415110 - Forklift trucks
- 42418000 - Lifting, handling, loading or unloading machinery
- 42418500 - Mechanical handling equipment
- 42965100 - Warehouse management system
- 42998000 - Pallet-picking system
- 42998100 - Pallet-retrieving system
- 43300000 - Construction machinery and equipment
- 44100000 - Construction materials and associated items
- 44110000 - Construction materials
- 44111000 - Building materials
- 44613300 - Standard freight containers
- 44613400 - Storage containers
- 44614300 - Container storage system
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45213331 - Airport buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214200 - Construction work for school buildings
- 45214400 - Construction work for university buildings
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215100 - Construction work for buildings relating to health
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45216111 - Police station construction work
- 45216112 - Court building construction work
- 45216113 - Prison building construction work
- 45216114 - Parliament and public assembly buildings
- 45216121 - Fire station construction work
- 45216122 - Ambulance station construction work
- 45233100 - Construction work for highways, roads
- 45233110 - Motorway construction works
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45246100 - River-wall construction
- 45246200 - Riverbank protection works
- 45246400 - Flood-prevention works
- 45246410 - Flood-defences maintenance works
- 45246500 - Promenade construction work
- 45246510 - Boardwalk construction work
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 45510000 - Hire of cranes with operator
- 45520000 - Hire of earthmoving equipment with operator
- 60000000 - Transport services (excl. Waste transport)
- 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
- 63121110 - Gas storage services
- 63122000 - Warehousing services
- 63523000 - Port and forwarding agency services
- 63524000 - Transport document preparation services
- 71000000 - Architectural, construction, engineering and inspection services
- 72212720 - Bar coding software development services
- 72212780 - System, storage and content management software development services
- 92512100 - Archive destruction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 8 provides a wide range of transport and storage solutions for construction sites and site refurbishments, including lay down facilities, offsite storage, Railside, portside, and airside operations. This may include use of specialist vehicles and plant, deployment of project management, specialist consultancy, health and safety regimes, and welfare facilities management.
Items to be transported and stored may include but are not limited to construction materials, bulk aggregates, electrical components, glass, steel, cranes, hoists, and plant.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
There were 5 places awarded on this Lot
Suppliers have to provide the mandatory Deliverables for Lot 8 as detailed in both Framework Schedule 1 Specification - Core Requirement and Framework Schedule 1 Specification - Annex 8
Suppliers could choose to provide some or all of the optional Deliverables detailed in Framework Schedule 1 Specification - Annex 8
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-009316
Section five. Award of contract
Lot No
Lot 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 October 2024
five.2.2) Information about tenders
Number of tenders received: 50
Number of tenders received by electronic means: 50
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street.
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,540,500,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/9c24ce91-52ed-4330-980e-8bd6da1cb391
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this 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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom