Logistics, Warehousing, and Supply Chain Solutions

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£700M
Sector
TRANSPORT
Published
22 Mar 2024
Delivery
To 22 Apr 2028 (est.)
Deadline
22 Apr 2024 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of Logistics, Warehousing, and Supply Chain Solutions. This Framework Agreement will replace:- RM6074 (Logistics and Warehousing) agreement due to expire October 2024 The Framework will have 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

Lot Division

1 Haulage and Distribution Solutions
  • Value: £30M

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.

Award Criteria
Quality 60.0
PRICE 40.0
2 Warehousing and Storage Solutions
  • Value: £59M

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.

Award Criteria
Quality 60.0
PRICE 40.0
3 Logistics Consultancy, Supply Chain and Design Solutions
  • Value: £4M

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.

Award Criteria
Quality 60.0
PRICE 40.0
4 3rd Party, 4th Party and 5th Party Logistics Solutions
  • Value: £237M

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.

Award Criteria
Qualit 60.0
PRICE 40.0
5 Removal and Relocation Solutions
  • Value: £30M

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.

Award Criteria
Quality 60.0
PRICE 40.0
6 Vehicle and Plant Movement , Storage and Detention Solutions
  • Value: £9M

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.

Award Criteria
Quality 60.0
PRICE 40.0
7 Events, Shows and Exhibition Logistics Solutions
  • Value: £8M

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, audiovisual equipment, stages, gantries, rigging, cables, clothes, fluids, foodstuff, art, and artefacts.

Award Criteria
Quality 60.0
PRICE 40.0
8 Construction Logistics and Associated Solutions
  • Value: £322M

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.

Award Criteria
Quality 60.0
PRICE 40.0

CPV Codes

  • 63120000 - Storage and warehousing services
  • 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
  • 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
  • 63111000 - Container handling services
  • 63112000 - Baggage handling services
  • 63121000 - Storage and retrieval services
  • 63121100 - Storage services
  • 63121110 - Gas storage services
  • 63122000 - Warehousing 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
  • 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
  • 79418000 - Procurement consultancy services
  • 18933100 - Post pouches
  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 42418000 - Lifting, handling, loading or unloading machinery
  • 42418500 - Mechanical handling equipment
  • 44611400 - Storage tanks
  • 48311100 - Document management system
  • 79613000 - Employee relocation services
  • 98392000 - Relocation services
  • 34512900 - Car carriers
  • 42000000 - Industrial machinery
  • 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
  • 42414410 - Cranes for trucks
  • 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
  • 63522000 - Ship brokerage services
  • 63726300 - Vessel storage services
  • 63734000 - Hangar services
  • 18933000 - Mail or parcel bags
  • 79950000 - Exhibition, fair and congress organisation services
  • 79952000 - Event services
  • 92622000 - Sports-event organisation services
  • 34134000 - Flatbed and Tipper trucks
  • 34134200 - Tipper trucks
  • 34142000 - Crane and dumper trucks
  • 34142100 - Elevator-platforms trucks
  • 34142200 - Skip loaders
  • 34142300 - Dumper trucks
  • 43300000 - Construction machinery and equipment
  • 44100000 - Construction materials and associated items
  • 44110000 - Construction materials
  • 44111000 - Building materials
  • 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
  • 71000000 - Architectural, construction, engineering and inspection services

Indicators

  • An E-Catalogue is required.
  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/0f1e9c7b-0d1e-4875-b4da-d75d3f... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. 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.

Reference

Domains