Tender

FUTURE OF FREIGHT: REDUCING ENVIRONMENTAL IMPACT

CROWN COMMERCIAL SERVICE

This public procurement record has 2 releases in its history.

TenderAmendment

01 Jun 2018 at 17:32

Tender

01 Jun 2018 at 17:05

Summary of the contracting process

The procurement process is led by the Crown Commercial Service, seeking expertise for the project titled "Future of Freight: Reducing Environmental Impact" within the services industry. Located in the United Kingdom, this initiative has a budget capped at £50,000 (excluding VAT) and is currently in the Tender stage, with a deadline for submission on 14th June 2018. The focus is on providing strategic advice and analysis aimed at achieving a zero emissions freight system by 2050, incorporating aspects such as alternative fuels and financial support for freight operators.

This tender presents significant opportunities for businesses specialising in market research services, particularly those with a background in environmental sustainability and logistics. Companies that can deliver research and analyses concerning innovative fuel types and their implementation in the freight sector will be well-positioned to compete. Moreover, small and medium-sized enterprises (SMEs) and voluntary community sector enterprises (VCSEs) are encouraged to engage, as the project also seeks to create pathways for smaller operators to transition to lower-emission vehicles.

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

FUTURE OF FREIGHT: REDUCING ENVIRONMENTAL IMPACT

Notice Description

The National Infrastructure Commission seeks to procure the expertise of a potential provider with experience in delivering research projects in the following area: 1) Future of Freight: Reducing Environmental Impacts (Budget capped at PS50,000 excluding VAT) 1.1 The purpose of this requirement is to provide to the National Infrastructure Commission with advice and analysis examining how the UK can move towards having a zero emissions freight system in 2050, including: 1.1.1 Analysing the relative potential of alternative fuels in reducing carbon and improving air quality, their relative levels of market maturity, effectiveness for different parts of the freight system, and the barriers and opportunities towards delivery of new fuel types at scale; 1.1.2 Identifying potential financial support/incentive schemes to encourage and enable freight operators (including smaller operators) to transition to lower-emission vehicles; 1.1.3 Identifying ways to increase communication/transparency, advocacy and knowledge sharing between larger and smaller freight operators on the benefits of fuel saving technologies; and 1.1.4 Provide international examples and case studies and what is happening in key Roll On - Roll Off markets across Europe in terms of cleaner fuels Please find attached a detailed Statement of Requirement and Response Guidance Please note that in order to bid for the requirement you must ensure that you are registered on the: Framework RM6018 Research Market Place (see below Link) https://ccs-agreements.cabinetoffice.gov.uk/contracts/rm6018 And on the Government e-portal system https://gpsesourcing.cabinetoffice.gov.uk/emptoris/sso_login.jsp#/login/loginPage Once Registered please email CS.procurement@crowncommercial.gov.uk and freightstudy@nic.gsi.gov.uk requesting a copy of the Invitation to tender (ITT) suite of documents Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-de9cb4ea-1af7-4b23-9e6b-61e8e46143e3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/410495b7-223d-4791-a7a9-edc44cd87a1e
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79310000 - Market research services

Notice Value(s)

Tender Value
£50,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Jun 20187 years ago
Submission Deadline
14 Jun 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
25 Jun 2018 - 31 Dec 2018 6-12 months
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
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

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-de9cb4ea-1af7-4b23-9e6b-61e8e46143e3-2018-06-01T18:32:57+01:00",
    "date": "2018-06-01T18:32:57+01:00",
    "ocid": "ocds-b5fd17-de9cb4ea-1af7-4b23-9e6b-61e8e46143e3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CCZZ18A20",
        "title": "FUTURE OF FREIGHT: REDUCING ENVIRONMENTAL IMPACT",
        "description": "The National Infrastructure Commission seeks to procure the expertise of a potential provider with experience in delivering research projects in the following area: 1) Future of Freight: Reducing Environmental Impacts (Budget capped at PS50,000 excluding VAT) 1.1 The purpose of this requirement is to provide to the National Infrastructure Commission with advice and analysis examining how the UK can move towards having a zero emissions freight system in 2050, including: 1.1.1 Analysing the relative potential of alternative fuels in reducing carbon and improving air quality, their relative levels of market maturity, effectiveness for different parts of the freight system, and the barriers and opportunities towards delivery of new fuel types at scale; 1.1.2 Identifying potential financial support/incentive schemes to encourage and enable freight operators (including smaller operators) to transition to lower-emission vehicles; 1.1.3 Identifying ways to increase communication/transparency, advocacy and knowledge sharing between larger and smaller freight operators on the benefits of fuel saving technologies; and 1.1.4 Provide international examples and case studies and what is happening in key Roll On - Roll Off markets across Europe in terms of cleaner fuels Please find attached a detailed Statement of Requirement and Response Guidance Please note that in order to bid for the requirement you must ensure that you are registered on the: Framework RM6018 Research Market Place (see below Link) https://ccs-agreements.cabinetoffice.gov.uk/contracts/rm6018 And on the Government e-portal system https://gpsesourcing.cabinetoffice.gov.uk/emptoris/sso_login.jsp#/login/loginPage Once Registered please email CS.procurement@crowncommercial.gov.uk and freightstudy@nic.gsi.gov.uk requesting a copy of the Invitation to tender (ITT) suite of documents Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk",
        "datePublished": "2018-06-01T18:05:56+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79310000",
            "description": "Market research services"
        },
        "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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 50000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2018-06-14T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-06-26T00:00:00+01:00",
            "endDate": "2018-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/410495b7-223d-4791-a7a9-edc44cd87a1e",
                "datePublished": "2018-06-01T18:32:57+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "CCZZ18A20 Appendix B - Statement of Requirements",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bc1fd89c-44fe-4711-a124-92d1cc8f2e36",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "CCZZ18A20 Appendix D - Response Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/552a7fec-4a97-489f-a96f-c67ec8a34401",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "CS.procurement@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}