Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Logistics, Warehousing, and Supply Chain Solutions

  • First published: 23 March 2024
  • Last modified: 23 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03d0b7
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
23 March 2024
Deadline date:
22 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.3) Communication

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

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Logistics, Warehousing, and Supply Chain Solutions

Reference number: RM6329

II.1.2) Main CPV code

63120000

 

II.1.3) Type of contract

Services

II.1.4) Short 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

II.1.5) Estimated total value

Value excluding VAT: 700 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 8

II.2) Description

Lot No: Lot 1

II.2.1) Title

Haulage and Distribution Solutions

II.2.2) Additional CPV code(s)

24100000

34144750

34512300

34512400

34512600

35513400

42410000

44143000

44611000

44613000

44617100

60000000

60100000

60161000

60180000

60181000

60200000

60400000

60410000

60420000

60600000

63110000

63521000

63523000

63524000

64121000

64121200

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 30 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 15 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 1 as detailed in Framework Schedule 1 Specification (Annex 1)

There are optional Deliverables that are associated with Lot 1 as detailed in Framework Schedule 1 Specification (Annex 1) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 2

II.2.1) Title

Warehousing and Storage Solutions

II.2.2) Additional CPV code(s)

18937000

18938000

39173000

42415110

42961400

42965100

42998000

42998100

44423300

44613300

44613400

44614100

44614300

44618100

44619000

44619300

44619500

48720000

48921000

63100000

63110000

63111000

63112000

63120000

63121000

63121100

63121110

63122000

63521000

63524000

63700000

63710000

72212720

72212780

75130000

75131000

79991000

92510000

92512100

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 59 050 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 15 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 2 as detailed in Framework Schedule 1 Specification (Annex 2)

There are optional Deliverables that are associated with Lot 2 as detailed in Framework Schedule 1 Specification (Annex 2) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 3

II.2.1) Title

Logistics Consultancy, Supply Chain and Design Solutions

II.2.2) Additional CPV code(s)

63700000

63710000

63711000

63712000

63720000

63730000

71311200

71356300

72221000

72224000

75130000

79418000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 10 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 3 as detailed in Framework Schedule 1 Specification (Annex 3)

There are optional Deliverables that are associated with Lot 3 as detailed in Framework Schedule 1 Specification (Annex 3) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 4

II.2.1) Title

3rd Party, 4th Party and 5th Party Logistics Solutions

II.2.2) Additional CPV code(s)

18933100

18937000

18938000

24100000

33141000

34144750

34512300

34512400

34512600

35513400

39173000

42410000

42415110

42418000

42418500

42961400

42965100

42998000

42998100

44143000

44423300

44611000

44611400

44613000

44613300

44613400

44614100

44614300

44617100

44618100

44619000

44619300

44619500

48311100

48720000

48921000

60000000

60100000

60161000

60180000

60181000

60200000

60400000

60410000

60420000

60600000

63100000

63110000

63111000

63112000

63120000

63121000

63121100

63121110

63122000

63521000

63523000

63524000

63700000

63710000

63711000

63712000

63720000

63730000

64121000

64121200

71311200

71356300

72212720

72212780

72221000

72224000

75130000

75131000

79418000

79991000

92510000

92512100

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualit / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 237 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 10 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 4 as detailed in Framework Schedule 1 Specification (Annex 4)

There are optional Deliverables that are associated with Lot 4 as detailed in Framework Schedule 1 Specification (Annex 4) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 5

II.2.1) Title

Removal and Relocation Solutions

II.2.2) Additional CPV code(s)

60100000

60180000

60181000

60200000

60400000

60410000

60420000

63120000

63121100

63122000

63521000

63523000

63524000

79613000

98392000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 10 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 5 as detailed in Framework Schedule 1 Specification (Annex 5)

There are optional Deliverables that are associated with Lot 5 as detailed in Framework Schedule 1 Specification (Annex 5) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 6

II.2.1) Title

Vehicle and Plant Movement , Storage and Detention Solutions

II.2.2) Additional CPV code(s)

34512900

42000000

42414000

42414410

42415110

42418000

42418500

50118100

50118110

50118200

50118300

50118400

50118500

60000000

60200000

60400000

60410000

60420000

63120000

63121100

63122000

63521000

63522000

63523000

63524000

63726300

63734000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 7 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 6 as detailed in Framework Schedule 1 Specification (Annex 6)

There are optional Deliverables that are associated with Lot 6 as detailed in Framework Schedule 1 Specification (Annex 6) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 7

II.2.1) Title

Events, Shows and Exhibition Logistics Solutions

II.2.2) Additional CPV code(s)

18933000

18933100

18937000

18938000

24100000

39173000

42410000

42415110

42418000

42418500

42961400

42965100

42998000

42998100

44143000

44423300

44611000

44611400

44613000

44613300

44613400

44614100

44614300

44617100

44618100

44619000

44619300

44619500

48311100

48720000

48921000

60000000

60100000

60161000

60180000

60181000

60200000

60400000

60410000

60420000

60600000

63100000

63110000

63111000

63112000

63120000

63121000

63121100

63121110

63122000

63521000

63523000

63524000

63700000

63710000

63711000

63712000

63720000

63730000

64121200

71311200

71356300

72212720

72212780

72221000

72224000

75130000

75131000

79418000

79950000

79952000

79991000

92622000

II.2.3) Place of performance

NUTS code:

UK

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 7 950 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 10 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 7 as detailed in Framework Schedule 1 Specification (Annex 7)

There are optional Deliverables that are associated with Lot 7 as detailed in Framework Schedule 1 Specification (Annex 7) and Suppliers may choose to provide some or all of these optional Deliverables.

Lot No: Lot 8

II.2.1) Title

Construction Logistics and Associated Solutions

II.2.2) Additional CPV code(s)

34134000

34134200

34142000

34142100

34142200

34142300

39173000

42410000

42414000

42414410

42415110

42418000

42418500

42965100

42998000

42998100

43300000

44100000

44110000

44111000

44613300

44613400

44614300

45000000

45100000

45110000

45213331

45214000

45214200

45214400

45215000

45215100

45216000

45216111

45216112

45216113

45216114

45216121

45216122

45233100

45233110

45233120

45233121

45246100

45246200

45246400

45246410

45246500

45246510

45500000

45510000

45520000

60000000

63100000

63110000

63111000

63120000

63121000

63121100

63121110

63122000

63523000

63524000

71000000

72212720

72212780

92512100

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 322 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Places to be awarded per lot must be specified - 10 places

Each Supplier must be able to provide the mandatory Deliverables for Lot 8 as detailed in Framework Schedule 1 Specification (Annex 8)

There are optional Deliverables that are associated with Lot 8 as detailed in Framework Schedule 1 Specification (Annex 8) and Suppliers may choose to provide some or all of these optional Deliverables.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 127

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-015435

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/04/2024

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 01/10/2024

IV.2.7) Conditions for opening of tenders

Date: 22/04/2024

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional 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-d75d3f4a627e

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.

VI.4) Procedures for review

VI.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

UK

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

22/03/2024

Coding

Commodity categories

ID Title Parent category
60400000 Air transport services Transport services (excl. Waste transport)
45213331 Airport buildings construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45216122 Ambulance station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
92512100 Archive destruction services Archive services
48921000 Automation system Office automation software package
35513400 Auxiliary hospital; cargo; tanker; ro-ro vessel Mine warfare and auxiliary ships
63112000 Baggage handling services Cargo handling services
72212720 Bar coding software development services Programming services of application software
48720000 Bar coding software package Software package utilities
45246510 Boardwalk construction work River regulation and flood control works
50118300 Breakdown and recovery services for buses Automobile emergency road services
50118100 Breakdown and recovery services for cars Automobile emergency road services
50118200 Breakdown and recovery services for commercial vehicles Automobile emergency road services
50118400 Breakdown and recovery services for motor vehicles Automobile emergency road services
50118500 Breakdown and recovery services for motorcycles Automobile emergency road services
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
44111000 Building materials Construction materials
34512300 Bulk carriers Ships and similar vessels for the transport of persons or goods
72221000 Business analysis consultancy services Systems and technical consultancy services
34512900 Car carriers Ships and similar vessels for the transport of persons or goods
34144750 Cargo carriers Special-purpose motor vehicles
63100000 Cargo handling and storage services Supporting and auxiliary transport services; travel agencies services
63110000 Cargo handling services Cargo handling and storage services
34512400 Cargo ships Ships and similar vessels for the transport of persons or goods
44617100 Cartons Boxes
43300000 Construction machinery and equipment Machinery for mining, quarrying, construction equipment
44110000 Construction materials Construction materials and associated items
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45214400 Construction work for university buildings Construction work for buildings relating to education and research
34512600 Container carriers Ships and similar vessels for the transport of persons or goods
63111000 Container handling services Cargo handling services
44614300 Container storage system Casks
45216112 Court building construction work Construction work for buildings relating to law and order or emergency services and for military buildings
34142000 Crane and dumper trucks Heavy-duty motor vehicles
42414410 Cranes for trucks Cranes, mobile lifting frames and works trucks fitted with a crane
42414000 Cranes, mobile lifting frames and works trucks fitted with a crane Lifting and handling equipment
44619300 Crates Other containers
42961400 Dispatch system Command and control system
33141000 Disposable non-chemical medical consumables and haematological consumables Medical consumables
48311100 Document management system Document management software package
34142300 Dumper trucks Crane and dumper trucks
34142100 Elevator-platforms trucks Crane and dumper trucks
79613000 Employee relocation services Placement services of personnel
79952000 Event services Exhibition, fair and congress organisation services
79950000 Exhibition, fair and congress organisation services Miscellaneous business and business-related services
45216121 Fire station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
34134000 Flatbed and Tipper trucks Motor vehicles for the transport of goods
45246410 Flood-defences maintenance works River regulation and flood control works
45246400 Flood-prevention works River regulation and flood control works
42415110 Forklift trucks Forklift trucks, works trucks, railway-station platforms tractors
63521000 Freight transport agency services Transport agency services
63121110 Gas storage services Storage and retrieval services
24100000 Gases Chemical products
44423300 Goods-handling equipment Miscellaneous articles
18937000 Goods-packing sacks Sacks and bags
75131000 Government services Supporting services for the government
63734000 Hangar services Support services for air transport
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
45510000 Hire of cranes with operator Hire of construction and civil engineering machinery and equipment with operator
45520000 Hire of earthmoving equipment with operator Hire of construction and civil engineering machinery and equipment with operator
60180000 Hire of goods-transport vehicles with driver Road transport services
60181000 Hire of trucks with driver Hire of goods-transport vehicles with driver
42000000 Industrial machinery Technology and Equipment
44613000 Large containers Tanks, reservoirs, containers and pressure vessels
92510000 Library and archive services Library, archives, museums and other cultural services
42410000 Lifting and handling equipment Lifting and handling equipment and parts
42418000 Lifting, handling, loading or unloading machinery Lifting and handling equipment
44618100 Light containers Light containers, corks, tops for containers, vats and lids
18933000 Mail or parcel bags Sacks and bags
45233121 Main road construction works Construction, foundation and surface works for highways, roads
42418500 Mechanical handling equipment Lifting, handling, loading or unloading machinery
45233110 Motorway construction works Construction, foundation and surface works for highways, roads
64121000 Multi-modal courier services Courier services
60420000 Non-scheduled air transport services Air transport services
44619000 Other containers Tanks, reservoirs, containers and pressure vessels
18938000 Padded bags Sacks and bags
44619500 Pallet boxes Other containers
42998000 Pallet-picking system Miscellaneous special-purpose machinery
42998100 Pallet-retrieving system Pallet-picking system
44143000 Pallets Products related to construction materials
64121200 Parcel delivery services Multi-modal courier services
60161000 Parcel transport services Mail transport by road
45216114 Parliament and public assembly buildings Construction work for buildings relating to law and order or emergency services and for military buildings
45216111 Police station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
63523000 Port and forwarding agency services Transport agency services
18933100 Post pouches Mail or parcel bags
45216113 Prison building construction work Construction work for buildings relating to law and order or emergency services and for military buildings
79418000 Procurement consultancy services Business and management consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
45246500 Promenade construction work River regulation and flood control works
60200000 Railway transport services Transport services (excl. Waste transport)
98392000 Relocation services Other services
45246200 Riverbank protection works River regulation and flood control works
45246100 River-wall construction River regulation and flood control works
45233120 Road construction works Construction, foundation and surface works for highways, roads
60100000 Road transport services Transport services (excl. Waste transport)
60410000 Scheduled air transport services Air transport services
63522000 Ship brokerage services Transport agency services
45100000 Site preparation work Construction work
34142200 Skip loaders Crane and dumper trucks
92622000 Sports-event organisation services Sport-related services
44613300 Standard freight containers Large containers
79991000 Stock-control services Miscellaneous business-related services
63121000 Storage and retrieval services Storage and warehousing services
63120000 Storage and warehousing services Cargo handling and storage services
44614100 Storage bins Casks
44613400 Storage containers Large containers
63121100 Storage services Storage and retrieval services
44611400 Storage tanks Tanks
39173000 Storage units Shop furniture
63730000 Support services for air transport Support services for land, water and air transport
63710000 Support services for land transport Support services for land, water and air transport
63700000 Support services for land, water and air transport Supporting and auxiliary transport services; travel agencies services
63711000 Support services for railway transport Support services for land transport
63712000 Support services for road transport Support services for land transport
63720000 Support services for water transport Support services for land, water and air transport
75130000 Supporting services for the government Administration services
72212780 System, storage and content management software development services Programming services of application software
44611000 Tanks Tanks, reservoirs, containers and pressure vessels
71356300 Technical support services Technical services
34134200 Tipper trucks Flatbed and Tipper trucks
63524000 Transport document preparation services Transport agency services
60000000 Transport services (excl. Waste transport) Transport and Related Services
71311200 Transport systems consultancy services Civil engineering consultancy services
50118110 Vehicle towing-away services Automobile emergency road services
63726300 Vessel storage services Miscellaneous water transport support services
42965100 Warehouse management system Information-processing equipment
63122000 Warehousing services Storage and warehousing services
60600000 Water transport services Transport services (excl. Waste transport)

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.