II.1)
Scope of the procurement
Logistics Service Provider - Selection Questionnaire
Reference number:
Logistics Service Provider
60180000
-
Hire of goods-transport vehicles with driver
Services
II.1.4)
Short description
Logistics Service Provider - Operations of the Security and Distribution Centre and the Control Tower
II.1.5)
Estimated total value
Value excluding VAT: 8000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
63100000
-
Cargo handling and storage services
II.2.3)
Place of performance
Main site or place of performance:
Lillyhall, Workington
II.2.4)
Description of the procurement
Full details of the requirement are set out in document ‘5713 Logistics Service Provider Scope Document’ which is included in the procurement documents within CTM. The main services required are:
Operation of the Security and Distribution Centre (S&DC) – operations at the S&DC in Lillyhall, Workington includes warehouse receiving services, operation of the Delivery Management System (DMS), application of track and trace of goods, security screening of goods and materials, cross-docking, freight forwarding and delivery services for the Control Tower.
Operation of the Control Tower (CT) – the Control Tower is the central hub for co-ordination of the sites logistics services. The primary function of the CT is to identify and co-ordinate deliveries to the main Sellafield site and procedurally arrange the individual security access requirements to enable all deliveries to be efficiently managed to reduce and control traffic and support the operational sites requirements. The CT will maintain complete responsibility for all commercial inbound logistics, security screening of goods and materials at the S&DC and onward consolidated distribution to Sellafield Ltd sites in West Cumbria.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 8000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
Contract will be subject to a break point at Year 3 and Year 3.5.
Making this a 3+0.5+0.5 term.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
The criteria to be applied at the selection stage of this restricted procedure are set out in the procurement documentation accessible via Sellafield's Complete Tender Management (CTM) portal.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no