Award

Warehousing, Logistics and Fulfilment Services - Ordnance Survey - AWARD

ORDNANCE SURVEY

This public procurement record has 1 release in its history.

Award

11 Jul 2023 at 07:46

Summary of the contracting process

The Ordnance Survey has awarded a contract for Warehousing, Logistics, and Fulfilment Services. The contract requires a partner to manage storage, product distribution, and returns for both trade and direct-to-consumer e-commerce activities. The service must be operational by October 2023, with system integration completed beforehand. The procurement method used was a selective procedure with a tender period ending on December 14, 2022. The contract period will run from October 1, 2023, to September 30, 2025. The service is categorised under 'Storage and warehousing services'.

This tender opportunity by the Ordnance Survey presents a chance for businesses with expertise in warehousing, logistics, and fulfilment services to expand their operations. Small and medium-sized enterprises (SMEs) that specialise in storage services, warehousing, and shipping operations could find this tender particularly suited to their capabilities. The contract offers a two-year opportunity to serve as a key partner for Ordnance Survey's consumer product distribution needs, providing a platform for business growth and partnership in the logistics industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Warehousing, Logistics and Fulfilment Services - Ordnance Survey - AWARD

Notice Description

Ordnance Survey's (OS) Consumer business currently sells product via its trade channel (retail & wholesale) and its direct-to-consumer business. OS has a requirement for a warehouse & logistics partner to collect, receive, store, pick, pack and despatch consumer products for both its trade and direct to consumer e-commerce businesses. There are further requirements for the partner to manage product returns from both trade and consumer e-commerce customers as well as storing point of Sale / promotional material. The respondent must be able to demonstrate current capability in servicing both trade and e-commerce activities with the ability to handle single product orders through to large, palletised orders. The service is required to be live for the beginning of October 2023 with any transfer of stock and systems integration having taken place prior to this.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-65ec3dc2-b26f-4eb5-a8c5-b1de522ab113
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e233e78b-5fba-46d5-9e10-43d4023ab9de
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

39173000 - Storage units

42965100 - Warehouse management system

60640000 - Shipping operations

63120000 - Storage and warehousing services

63121100 - Storage services

63122000 - Warehousing services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Jul 20232 years ago
Submission Deadline
14 Dec 2022Expired
Future Notice Date
Not specified
Award Date
10 Jul 20232 years ago
Contract Period
30 Sep 2023 - 30 Sep 2025 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ORDNANCE SURVEY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO16 0AS
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ36 Central Hampshire
Delivery Location
Not specified

Local Authority
Test Valley
Electoral Ward
Chilworth, Nursling & Rownhams
Westminster Constituency
Romsey and Southampton North

Supplier Information

Number of Suppliers
1
Supplier Name

MICHAEL DAVIES & ASSOCIATES

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-65ec3dc2-b26f-4eb5-a8c5-b1de522ab113-2023-07-11T08:46:05+01:00",
    "date": "2023-07-11T08:46:05+01:00",
    "ocid": "ocds-b5fd17-65ec3dc2-b26f-4eb5-a8c5-b1de522ab113",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IT-556-18-BS2459.2022 - AWARD",
        "title": "Warehousing, Logistics and Fulfilment Services - Ordnance Survey - AWARD",
        "description": "Ordnance Survey's (OS) Consumer business currently sells product via its trade channel (retail & wholesale) and its direct-to-consumer business. OS has a requirement for a warehouse & logistics partner to collect, receive, store, pick, pack and despatch consumer products for both its trade and direct to consumer e-commerce businesses. There are further requirements for the partner to manage product returns from both trade and consumer e-commerce customers as well as storing point of Sale / promotional material. The respondent must be able to demonstrate current capability in servicing both trade and e-commerce activities with the ability to handle single product orders through to large, palletised orders. The service is required to be live for the beginning of October 2023 with any transfer of stock and systems integration having taken place prior to this.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63120000",
            "description": "Storage and warehousing services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "63121100",
                "description": "Storage services"
            },
            {
                "scheme": "CPV",
                "id": "63122000",
                "description": "Warehousing services"
            },
            {
                "scheme": "CPV",
                "id": "42965100",
                "description": "Warehouse management system"
            },
            {
                "scheme": "CPV",
                "id": "60640000",
                "description": "Shipping operations"
            },
            {
                "scheme": "CPV",
                "id": "39173000",
                "description": "Storage units"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SO16 0AS"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-12-14T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-10-01T01:00:00+01:00",
            "endDate": "2025-09-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-220369",
            "name": "Ordnance Survey",
            "identifier": {
                "legalName": "Ordnance Survey"
            },
            "address": {
                "streetAddress": "Adanac Drive, Nursling",
                "locality": "Southampton",
                "postalCode": "SO16 0AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Sarah Gatt",
                "email": "sarah.gatt@os.uk",
                "telephone": "+44 2380055163"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-251023",
            "name": "Michael Davies & Associates Ltd",
            "identifier": {
                "legalName": "Michael Davies & Associates Ltd"
            },
            "address": {
                "streetAddress": "Client Support Centre, Walker Park, Blackamoor Road, Blackburn, United Kingdom, BB1 2LG"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-220369",
        "name": "Ordnance Survey"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-65ec3dc2-b26f-4eb5-a8c5-b1de522ab113-1",
            "status": "active",
            "date": "2023-07-11T00:00:00+01:00",
            "datePublished": "2023-07-11T08:46:04+01:00",
            "value": {
                "amount": 0,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-251023",
                    "name": "Michael Davies & Associates Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-10-01T00:00:00+01:00",
                "endDate": "2025-09-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/e233e78b-5fba-46d5-9e10-43d4023ab9de",
                    "datePublished": "2023-07-11T08:46:04+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}