Published date: 30 July 2019

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 28 August 2019

Contract summary

Industry

  • Transport services (excl. Waste transport) - 60000000

  • Supporting and auxiliary transport services; travel agencies services - 63000000

Location of contract

Any region

Value of contract

£0 to £300,000,000

Procurement reference

TISEM00015

Published date

30 July 2019

Closing date

28 August 2019

Contract start date

18 September 2019

Contract end date

17 September 2023

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

The Authority is seeking to put in place a framework of operators of vessels, trains or aircraft ("Conveyance")that can be used for the provision of capacity for the transportation of freight vehicles (meaning wheeled goodsvehicles (including vans, trucks, lorries, HGVs and other equivalents) or wheeled trailers or semi-trailers to beconveyed intact on the Conveyance - whether accompanied or unaccompanied) between the UK and the EEAand/or between Great Britain ("GB") and Northern Ireland ("NI"). The operators will also be required to deliverall actions, incidentals and services required to facilitate the transportation of freight vehicles (including but notlimited to ticketing services, marketing, operations, etc.) in order to meet the strategic objective of supporting thecontinued flow of Category 1 Goods in light of Disruption Events. Category 1 Goods are those goods identifiedby the Government as being critical to the preservation of human and animal welfare and/or national security.Note that the goods within scope or identified as Category 1 may be reviewed by the Government from time to time.
Scope
To put in place a framework of operators who can deliver the required capacity for the transportation of freight vehicles (including ticketing services and allocation of capacity following rules defined by the ContractingAuthority):
• via any Conveyance
• between the United Kingdom ("UK") and the European Economic Area ("EEA") and/or between Great Britain("GB") and Northern Ireland ("NI")
• including all actions, incidentals and services required to facilitate the transportation (including but not limited to ticketing services, marketing, operations, etc.)
• Existing capacity (i.e. capacity that is already available on the open market) and new capacity (means capacity not already available on the open market) options
• Accompanied and/or unaccompanied capacity options
• Terminal to Terminal transportation only ("Terminal" meaning operational area at which a Conveyance will arrive or depart and where the Conveyance can be accessed by the Freight Vehicle).
Full detail on the eligibility criteria can be found in the procurement documents, to participate in the procurement and access the procurement documents on the Authority's e-Sourcing portal please email fcp@dft.gov.uk. The documents can be viewed at https://www.gov.uk/government/publications/freight-capacity-framework-procurement-invitation-to-tender


More information

Attachments

Links

Additional text

See OJ/S S145, 30/07/2019, 357257-2019-,EN and respond as directed in that notice.

The procurement documents are published at https://www.gov.uk/government/publications/freight-capacity-framework-procurement-invitation-to-tender

The procurement process will be managed through and tenders must be submitted electronically via the Authority's AWARD e-Sourcing portal - A request to participate should be made by email to fcp@dft.gov.uk .

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

The Freight Capacity Framework Agreement is for use by Departments, their Agencies and ALBs; DFT, DHSC,DEFRA, BEIS, each of the Devolved Administrations and their Agencies and ALBs, including the WelshGovernment; Velindre NHS Trust, NHS Wales Shared Services Partnership - Procurement Services (on behalfof All Wales Health Boards and Trusts); Scottish Government and its Agencies; Northern Ireland GovernmentDepartments, and their Agencies, ALBs, including NI Water and Northern Ireland Transport Holding Company,and Non Departmental Public Bodies as listed and maintained by the Northern Ireland Government on theirwebsite at https://www.finance-ni.gov.uk/preplacement or updated web-link.

Envisaged maximum number of participants to the framework agreement: 25. If more than 25 bidders are ranked in the top 25 ranking due to several bidders obtaining the same consolidated score, they will all secure a place on the Framework.

The estimated value has been set at 300 000 000.00 GBP so that the framework could accommodate a number of potential call-off requirements over the four year duration. In arriving at the estimated value, the possible frequency of Disruption Events (such as - but not limited to - congested roads or Terminals, or delays from border checks, industrial action or natural disasters) where the framework may be used to provide resilience have been considered.

The contracting authority will accept tenders from consortia. No particular legal form is required at the time of submission of tenders. The contracting authority reserves the right, however, to require consortia to form a legal entity prior to the execution of the framework agreement or to require that each party to the consortium undertakes joint and several liability for the delivery of the framework agreement and contracts issued under it.


About the buyer

Address

Great Minster House,76 Marsham Street
LONDON
SW1P4DR
England

Email

fcp@dft.gov.uk

Website

https://www.gov.uk/government/publications/freight-capacity-framework-procurement-invitation-to-tender