Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c00c96d9-251d-4c49-84f2-573254af3dd6
30th July 2019 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/19287055-9a8e-449f-9828-0c5f7dae0a11
28th June 2019 - Early engagement notice on Contracts Finder -
https://ted.europa.eu/udl?uri=TED:NOTICE:300399-2019:TEXT:EN:HTML&src=0
OJ/S S123 28/06/2019 300399-2019-EN - Notice for Prior Information Only -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/374ab207-4608-4a8d-862b-b926e42d3414
OJEU Published Contract Notice -
https://ted.europa.eu/udl?uri=TED:NOTICE:357257-2019:HTML:EN:HTML&tabId=1&tabLang=en
OJEU Published Contract Notice
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}