Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3150103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 and Warehousing
Reference number: RM6074
II.1.2) Main CPV code
60100000
Â
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS) as the authority has put in place a pan government collaborative agreement for the provision of logistics and warehousing 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 logistics and warehousing required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, nondepartmental 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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 500 000 000.00Â
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Logistics — Transport
II.2.2) Additional CPV code(s)
60000000
60161000
60200000
60400000
60410000
60420000
60600000
63521000
63523000
63524000
64100000
64120000
64121000
64121200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Logistics transportation services and related logistics services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:Â
30
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per Lot.
Lot No: 2
II.2.1) Title
Logistics - Warehousing and Storage
II.2.2) Additional CPV code(s)
39173000
42965100
42998000
42998100
44613300
44613400
44614300
63100000
63110000
63111000
63112000
63120000
63121000
63121100
63121110
63122000
72212720
72212780
92510000
92512100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Logistics — warehousing and storage and related services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:Â
30
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement. The authority is unable to provide a breakdown of the value per lot.
Lot No: 3
II.2.1) Title
Waste Logistics, Recycling, Disposal and Destruction
II.2.2) Additional CPV code(s)
24600000
60161000
60200000
60400000
60410000
60420000
63521000
63523000
63524000
64100000
64120000
64121000
64121200
79342400
79342410
90500000
90511000
90512000
90513000
90520000
90521300
90521400
90522200
90523000
90523100
90524000
90524100
90524200
90524400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Waste logistics, recycling, disposal and destruction and related services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:Â
30
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per lot.
Lot No: 4
II.2.1) Title
Removals and Relocations
II.2.2) Additional CPV code(s)
44613400
44614300
60000000
60161000
60200000
60400000
60410000
60420000
63120000
63121100
63122000
63521000
63523000
63524000
64100000
64120000
64121000
64121200
79613000
98392000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Removal, relocation and related services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:Â
30
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
The value provided in section II.1.5) is only an estimate. Crown Commercial service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per lot.
Lot No: 5
II.2.1) Title
Vehicle, Plant and Industrial Equipment — Transportations and Storage
II.2.2) Additional CPV code(s)
42000000
50118100
50118110
50118200
50118300
50118400
50118500
60000000
60200000
60400000
60410000
60420000
63120000
63121100
63122000
63521000
63522000
63523000
63524000
63726300
63734000
64121000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The transportation and storage of vehicles (including aviation, maritime, military), plant, industrial equipment and related services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:Â
30
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per lot.
Lot No: 6
II.2.1) Title
Construction Logistics — Transportation and Storage
II.2.2) Additional CPV code(s)
39173000
42965100
42998000
42998100
43300000
44100000
44110000
44111000
44613300
44613400
44614300
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
64121000
71000000
72212720
72212780
92512100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The transportation, storage and management of construction material and related services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:Â
30 %
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per lot.
Lot No: 7
II.2.1) Title
Healthcare Logistics — Transportation and Storage
II.2.2) Additional CPV code(s)
33000000
33141510
33141625
33600000
33620000
33651000
33680000
33698100
33954000
39173000
42965100
42998000
42998100
44613300
44613400
44614300
55521100
55521200
60000000
60161000
60200000
60400000
60410000
60420000
63111000
63120000
63121000
63121100
63121110
63122000
63521000
63523000
63524000
64100000
64120000
64121000
64121200
72212720
72212780
85111800
85111810
85111820
85142400
90520000
90524100
90524200
90524400
92512100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The transportation, storage and management of pharmaceuticals, blood, tissue, biological samples, healthcare materials, medical equipment, clinical waste, dangerous goods, and other
healthcare related services and items.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70 %
Price
/ Weighting:Â
30 %
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per lot.
Lot No: 8
II.2.1) Title
Logistics and Warehousing Solutions, Design and Support Services
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
Logistics and warehousing solutions, design, support and related services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70 %
Price
/ Weighting:Â
30 %
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
The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.
The authority is unable to provide a breakdown of the value per lot.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 162-395335
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contract
Lot No: Removals and Relocations
Title: Removals and Relocations
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/11/2020
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ede's UK Ltd
5304354
Ermyn Lodge Stud, Shepherds Walk, Epsom, Surrey
Surrey
KT18 6DF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Title: Logistics — Transport
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/11/2020
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Adare International Ltd
01610897
Lilly House Priestley Road Basingstoke
Hampshire
RG24 9LZ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Logistics — Warehousing and Storage
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/10/2020
V.2.2) Information about tenders
Number of tenders received: 17
Number of tenders received by electronic means: 17
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Diamond Logistics Ltd
3372744
3c Henley Business Parlk
Guildford
GU3 2DX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Waste Logistics, Recycling, Disposal and Destruction
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/11/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DFDS Logistics Ltd
5055324
Nordic House, Western Access Road, Immingham Dock
North East Lincolnshire
DN40 2LZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Vehicle, Plant and Industrial Equipment — Transportations and Storage
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/11/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kuehne + Nagel Ltd
1722216
1 Roundwood Avenue, Stockley Park, Uxbridge
Middlesex
UB11 1FG
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: Construction Logistics — Transportation and Storage
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/11/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Wincanton Holdings Ltd
2155951
Methuen Park, Chippenham
Wiltshire
SN14 0WT
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Healthcare Logistics — Transportation and Storage
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/10/2020
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ceva Logistics Ltd
PO BOX 8663, Ceva House, Excelsior Road, Ashby De La Zouch
Leicestershire
LE65 9BA
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 8
Title: Logistics and Warehousing Solutions, Design and Support Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/10/2020
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Uniserve Ltd
1826635
Upminster Court, 133 Hall Lane Upminster
Essex
RM14 1AL
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 500 000 000.00Â
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value provided in Section II.1.7) is only an estimate. We cannot guarantee to suppliers any business through this commercial agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/342a6b37-d0e8-4f5f-a84b-16a433ed03bc
1) Redacted commercial agreement;
2) list of successful suppliers;
3) customer list on 2 April 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Please note that the start date for lots 1, 3, 4, 5 and 6 is 17 November 2020 and the end date for lots 2, 7 and 8 will be 16 October 2024.
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
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
17/11/2020