Tender

Freight Capacity Framework procurement

THE DEPARTMENT FOR TRANSPORT

This public procurement record has 2 releases in its history.

Tender

30 Jul 2019 at 09:58

Planning

28 Jun 2019 at 17:24

Summary of the contracting process

The Department for Transport is currently conducting a tender for the "Freight Capacity Framework procurement," aimed at establishing a framework agreement with operators of vessels, trains, or aircraft to provide transportation capacity for freight vehicles between the UK and the EEA, as well as between Great Britain and Northern Ireland. The procurement method is an open procedure and is at the tender stage, with the deadline for submissions set for 28 August 2019. The contract period will commence on 18 September 2019 and last until 17 September 2023, with an estimated value of £300 million. This framework will cater to various government departments and agencies to ensure the uninterrupted flow of critical goods, especially in times of disruption.

This tender presents significant opportunities for logistics and transport businesses seeking to expand their clientele by providing freight capacity services. Companies that specialise in Ro-Ro or Ro-Ro equivalent transport solutions, as well as those offering comprehensive ticketing and marketing services, would be well-suited to compete for this framework. Given the anticipated challenges from potential disruption events, businesses that can demonstrate resilience and adaptability in their operations stand to benefit from participating in this procurement process.

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

Freight Capacity Framework procurement

Notice 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 Additional information: 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6ed03f1c-2baa-4e2c-914a-9d5f738a2c7a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c00c96d9-251d-4c49-84f2-573254af3dd6
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

60000000 - Transport services (excl. Waste transport)

63000000 - Supporting and auxiliary transport services; travel agencies services

Notice Value(s)

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

Notice Dates

Publication Date
30 Jul 20196 years ago
Submission Deadline
28 Aug 2019Expired
Future Notice Date
9 Jul 2019Expired
Award Date
Not specified
Contract Period
17 Sep 2019 - 17 Sep 2023 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE DEPARTMENT FOR TRANSPORT
Contact Name
Not specified
Contact Email
fcp@dft.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
Vincent Square
Westminster Constituency
Cities of London and Westminster

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-b5fd17-6ed03f1c-2baa-4e2c-914a-9d5f738a2c7a-2019-07-30T10:58:39+01:00",
    "date": "2019-07-30T10:58:39+01:00",
    "ocid": "ocds-b5fd17-6ed03f1c-2baa-4e2c-914a-9d5f738a2c7a",
    "language": "en",
    "initiationType": "tender",
    "title": "Freight Capacity Framework - Prior Information Notice Only",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2019-07-09T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/19287055-9a8e-449f-9828-0c5f7dae0a11",
                "datePublished": "2019-06-28T18:24:13+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Prior Information Notice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b9ffc528-23cd-4a7a-82ed-01e54bc3a53a",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "OJ/S S123 28/06/2019 300399-2019-EN - Notice for Prior Information Only",
                "url": "https://ted.europa.eu/udl?uri=TED:NOTICE:300399-2019:TEXT:EN:HTML&src=0"
            }
        ]
    },
    "tender": {
        "id": "TISEM00015",
        "title": "Freight Capacity Framework procurement",
        "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 Additional information: 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.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60000000",
            "description": "Transport services (excl. Waste transport)"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "datePublished": "2019-07-30T10:58:39+01:00",
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "63000000",
                "description": "Supporting and auxiliary transport services; travel agencies services"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-08-28T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-09-18T00:00:00+01:00",
            "endDate": "2023-09-17T23:59:59+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c00c96d9-251d-4c49-84f2-573254af3dd6",
                "datePublished": "2019-07-30T10:58:39+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "contractNotice",
                "description": "OJEU Published Contract Notice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/374ab207-4608-4a8d-862b-b926e42d3414",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "contractNotice",
                "description": "OJEU Published Contract Notice",
                "url": "https://ted.europa.eu/udl?uri=TED:NOTICE:357257-2019:HTML:EN:HTML&tabId=1&tabLang=en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/tB9q2Ay5",
            "name": "THE DEPARTMENT FOR TRANSPORT",
            "identifier": {
                "legalName": "THE DEPARTMENT FOR TRANSPORT",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/tB9q2Ay5"
            },
            "address": {
                "streetAddress": "Great Minster House,76 Marsham Street",
                "locality": "LONDON",
                "postalCode": "SW1P4DR",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "fcp@dft.gov.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/publications/freight-capacity-framework-procurement-invitation-to-tender"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/tB9q2Ay5",
        "name": "THE DEPARTMENT FOR TRANSPORT"
    }
}