Courier and Specialist Movements

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
£2B
Sector
HEALTH
Published
29 Jan 2021
Delivery
To 26 Mar 2025 (est.)
Deadline
26 Mar 2021 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) as the authority intends to put in place a Pan Government Collaborative agreement for the provision of Courier and Specialist Movements to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. It is intended that this commercial agreement will be the recommended vehicle for all courier and specialist movements required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations. The duration of the framework agreement is four (4) years with the option to enable customers to let a call-off agreement that may extend beyond the life of the framework agreement.

Lot Division

1 Collection and Delivery
  • Value: £575M

Collection and Delivery of items including but not limited to; documents, packets and parcels, pallets and bulk movements. Estimated value for the entire duration of this lot £ 400000000 to £575000000

2 Secure Services
  • Value: £350M

Secure Collection and Delivery of items including but not limited to; art work, museum artifacts, documents, mobile phones, pallets and bulk movements. Estimated value for the entire duration of this lot £150000000 to £350000000

3 Secure Collection and Delivery of Examination and Test Papers and Materials
  • Value: £75M

The secure collection, delivery and storage of examination, test papers and materials. Estimated value for the entire duration of this lot £50000000 to £75000000

4 Managed Service for Specialist Movements
  • Value: £500M

A managed service for the collection and delivery of items including but not limited to; samples, specimens, controlled drugs, pharmaceutical drugs, documents, medical supplies and medical equipment. Estimated value for the entire duration of this lot £365000000 to £500000000

5 Managed Service for Explosive Substances (Class 1), Firearms and Weapons
  • Value: £350M

Managed Service for the collection, delivery, transportation and disposal of explosive substances and articles (UN Class 1) including but not limited to; ammunition, firearms, weapons and knives. The estimated value for the entire duration of this lot £35000000 to £100000000

6 Managed Service for Asset Recovery
  • Value: £400M

A Managed service for asset recovery including the collection, delivery and auctioning of high value items,vehicle, land and property. Estimated value for the entire duration of this lot £200000000 to £400000000

Award Criteria

Quality 60.0
PRICE 40.0

CPV Codes

  • 64120000 - Courier services
  • 60000000 - Transport services (excl. Waste transport)
  • 60161000 - Parcel transport services
  • 60400000 - Air transport services
  • 60411000 - Scheduled airmail transport services
  • 60421000 - Non-scheduled airmail transport services
  • 64100000 - Post and courier services
  • 64113000 - Postal services related to parcels
  • 64121000 - Multi-modal courier services
  • 64121100 - Mail delivery services
  • 64121200 - Parcel delivery services
  • 63121100 - Storage services
  • 22832000 - Exercise papers
  • 60160000 - Mail transport by road
  • 90511400 - Paper collecting services
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33141510 - Blood products
  • 33141625 - Diagnostic kits
  • 33191000 - Sterilisation, disinfection and hygiene devices
  • 33192000 - Medical furniture
  • 33199000 - Medical clothing
  • 33600000 - Pharmaceutical products
  • 33620000 - Medicinal products for the blood, blood-forming organs and the cardiovascular system
  • 33651000 - General anti-infectives for systemic use and vaccines
  • 33651600 - Vaccines
  • 33680000 - Pharmaceutical articles
  • 33698000 - Clinical products
  • 33698100 - Microbiological cultures
  • 33741300 - Hand sanitizer
  • 33954000 - Biological evidence collection kits
  • 35113410 - Garments for biological or chemical protection
  • 38911000 - Manual swab test kits
  • 38912000 - Automated swab test kits
  • 85111800 - Pathology services
  • 85111810 - Blood analysis services
  • 85111820 - Bacteriological analysis services
  • 85142400 - Home delivery of incontinence products
  • 24600000 - Explosives
  • 35200000 - Police equipment
  • 35300000 - Weapons, ammunition and associated parts
  • 35310000 - Miscellaneous weapons
  • 35320000 - Firearms
  • 35321000 - Light firearms
  • 35330000 - Ammunition
  • 35331000 - Ammunition for firearms and warfare
  • 35340000 - Parts of firearms and ammunition
  • 35341000 - Parts of light firearms
  • 39241100 - Knives
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 75220000 - Defence services
  • 75221000 - Military defence services
  • 75241100 - Police services
  • 75251000 - Fire-brigade services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90523100 - Weapons and ammunition disposal services
  • 15991000 - Tobacco goods
  • 18500000 - Jewellery, watches and related articles
  • 45111200 - Site preparation and clearance work
  • 50117300 - Reconditioning services of vehicles
  • 50118100 - Breakdown and recovery services for cars
  • 50118110 - Vehicle towing-away services
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50190000 - Demolition services of vehicles
  • 70122100 - Land sale services
  • 70123000 - Sale of real estate
  • 70123100 - Sale of residential real estate
  • 70123200 - Sale of non-residential estate
  • 79342400 - Auction services
  • 79342410 - Electronic auction services
  • 79957000 - Auction organisation services
  • 90900000 - Cleaning and sanitation services

Indicators

  • 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/43ae863c-f419-4aae-8e86-997a43... 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. 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. PLEASE NOTE:All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.On 30 June 2021, any certificate issued under the old scheme will expire.Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserves 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 Enablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains