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

Warehousing, Logistics and Fulfilment

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e696
Published by:
Ordnance Survey Limited
Authority ID:
AA81068
Publication date:
26 March 2025
Deadline date:
25 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
63100000 Cargo handling and storage services Supporting and auxiliary transport services; travel agencies 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
39173000 Storage units Shop furniture
42965100 Warehouse management system Information-processing equipment
63122000 Warehousing services Storage and warehousing services

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:
sarah.gatt@os.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.