Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ordnance Survey Limited
Explorer House, Adanac Drive
Southampton
SO16 0AS
UK
Contact person: Sarah Gatt
Telephone: +44 2380055163
E-mail: sarah.gatt@os.uk
NUTS: UK
Internet address(es)
Main address: https://www.os.uk/
Address of the buyer profile: https://in-tendhost.co.uk/os/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/os/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/os/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Public Corporation
I.5) Main activity
Other: Geospatial Mapping Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Warehousing, Logistics and Fulfilment
Reference number: BS.0178
II.1.2) Main CPV code
63120000
II.1.3) Type of contract
Services
II.1.4) Short description
Ordnance Survey Ltd (OS) is Britain’s mapping agency and is responsible for the surveying, production, maintenance and marketing of a wide range of geographic information, relied on by government, business and individuals. Further information on us can be found on our website http://www.os.uk. OS is a private limited company (company registration number 09121572), and the entire share capital is owned by the Department for Science, Innovation and Technology. The Ordnance Survey Consumer business unit is responsible for all retail products made available via an omni channel approach - direct to end customer and via retail/wholesale trade channels. Product categories include OS Paper Maps, OS Active Maps, guidebooks and outdoor accessories.The requirement is for professionally managed, cost-effective outsourced Warehousing, Logistics and Fulfilment Services. OS are seeking a Supplier with the capabilities and capacity to:• Suitably store and manage OS stock.• Receive and book st
II.1.5) Estimated total value
Value excluding VAT:
4 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63120000
63121100
63121000
39173000
63100000
63122000
42965100
44613400
44614100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
Ordnance Survey Ltd (OS) is Britain’s mapping agency and is responsible for the surveying, production, maintenance and marketing of a wide range of geographic information, relied on by government, business and individuals. Further information on us can be found on our website http://www.os.uk. OS is a private limited company (company registration number 09121572), and the entire share capital is owned by the Department for Science, Innovation and Technology. The Ordnance Survey Consumer business unit is responsible for all retail products made available via an omni channel approach - direct to end customer and via retail/wholesale trade channels. Product categories include OS Paper Maps, OS Active Maps, guidebooks and outdoor accessories.The requirement is for professionally managed, cost-effective outsourced Warehousing, Logistics and Fulfilment Services. OS are seeking a Supplier with the capabilities and capacity to:• Suitably store and manage OS stock.• Receive and book stock into the warehouse.• Arrange the collection of products from the OS Printing and Finishing Provider.• Fulfil orders for both ecommerce and wholesale trade/retail customers.• Ensure delivery to the end customer• Manage the full returns process of both ecommerce consumers and trade customers• Meet the OS Mapping for Emergency requirement.The estimated contract value is up to £1.8m for the initial two-year contract term.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract length will be for an initial two years starting on the Commencement Date, with the option to extend three times for a period of 12 months each (2+1+1+1). Therefore, if all extensions were taken, the full length of the contract would be for five years.
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.2.13) 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
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:
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/03/2025
Local time: 12:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/03/2025
Local time: 12:00
Place:
UK
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The contract length will be for two years with the option to extend three times for period of up to 12 months each (2+1+1+1). Therefore, if all extensions were taken, the full length of the contract would be for five years.
VI.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity.Ordnance Survey is carrying out this procurement under the open procedure pursuant to the Public Contracts Regulations 2015 (as amended). In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract Ordnance Survey will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 86) and observe a minimum 10-day standstill period (in accordance with Regulation 87) before the contract is entered into. Expressions of interest applications must be by way of completion and return of the selection questionnaire (SQ) and ITT i(n accordance with the requirements set out in the ITT by the time limit in section IV.2.2) above).Bidders should note that the procurement documents (including the contract documentation) are draft documents at this stage, providing indicative information of OS's intended approach in the procurement process and are for general information only.Ordnance Survey reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure. Ordnance Survey reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
21/02/2025