By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework.A number of non exclusive framework contract have been placed against which future requirements under packet sortation system and other materials handling systems may be awarded.Individual requirements under this framework may include some ...

Contract award notice - utilities

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Royal Mail Group Limited
Wheatstone House Wheatstone Road Dorcan
For the attention of: Lech Bartoszewski
SN3 5XX Swindon
UNITED KINGDOM
Telephone: +44 7711731809
E-mail:

Internet address(es):

General address of the contracting entity: http://www.royalmailgroup.com

Address of the buyer profile: http://www.royalmailgroup.com/portal/rmg/jump1?

I.2)Main activity
Postal services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Framework for packet sortation system and other materials handling systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Framework.
A number of non exclusive framework contract have been placed against which future requirements under packet sortation system and other materials handling systems may be awarded.
Individual requirements under this framework may include some or all of the following deliverables:
- Design,
- Supply,
- Installation,
- Equipment integration,
- Commissioning,
- IS integration,
- Testing.
Packet sortation system and other material handling systems may comprise of some or all of the following combinations of equipment types and associated services:
CPV codes product/service.
30132300 sorters.
42418000 lifting, handling, loading or unloading machinery.
42417220 belt-type continuous-action elevators or conveyors.
42418400 carousel storage and retrieval machines
42418500 mechanical handling equipment.
42418900 loading or handling machinery.
42418910 loading equipment.
42418920 unloading equipment.
42417200 conveyors.
42418930 side-loaders
42418940 container-handling equipment
42419000 parts of lifting and handling equipment.
42419800 parts of conveyors
42419810 parts of belt conveyors.
42419900 parts of winding gear and other lifting or handling equipment.
51000000 installation services (except software).
51100000 installation services of electrical and mechanical equipment.
51500000 installation services of machinery and equipment.
71300000 engineering services.
71600000 technical testing, analysis and consultancy services.
72200000 software programming and consultancy services
72600000 computer support and consultancy services.
42417310 conveyor belts.
45259000 repair and maintenance of plant.
50324100 system maintenance services.
50530000 repair and maintenance services of machinery
31720000 electromechanical equipment.
30132000 sorting equipment.
30132100 mail-sorting equipment.
The solutions will offer the ability to apply common solutions to the requirements of individual sites. In most cases systems will be installed at sites which are live operational environments and will remain working throughout the installation period. Therefore there will be a need to apply common solutions to bespoke layouts and differing physical constraints.
Specific requirement.
Please note that there is a specific requirement for a packet sortation system for a value of between: 5 000 000 GBP and 50 000 000 GBP.
Depending upon the solution selected by Royal Mail, there may be an initial order for the packet sortation system (the "Initial Order") followed by one or more subsequent orders for the packet sortation system provided that the key performance indicators set out in the Framework and mirrored in the call off contract(s) are met to the satisfaction of Royal Mail. The contract value for the Initial Order and any subsequent orders for the packet sortation system could be in the region of 50 000 000 GBP and so the minimum annual turnover for an applicant should be no less than 100 000 000 GBP.
Packets and fulfilment are a core element of Royal Mail’s commercial strategy representing an incremental growth opportunity subject to competitive prices and service. To address processing costs it is proposed to achieve this by introducing a packet sortation system at a number of operational locations.
It is anticipated that the packet sortation system will deliver some or all of the functionality as per the list below:
- A space efficient and cost effective automation solution,
- Automated collection of packet data; size, weight, address image, indicia image, barcodes,
- Automated conveyance of packets,
- Automated sorting of packets,
- Automated unloading of mail out of roll cages and other stillage,
- Automated loading of packets into roll cages and other stillage,
- Functionality to provide control and configuration of the system and allow compliant data exchange through.
Royal Mail's data network.
- A means to assist in the diagnosis of operational and system failure problems.
II.1.5)Common procurement vocabulary (CPV)

30132300, 42418000, 42417220, 42418400, 42418500, 42418900, 42418910, 42418920, 42417200, 42418930, 42418940, 42419000, 42419800, 42419810, 42419900, 51000000, 51100000, 51500000, 71300000, 71600000, 72200000, 72600000, 42417310, 45259000, 50324100, 50530000, 31720000, 30132000, 30132100

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 70 000 000,00 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated with a call for competition
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract

Notice on a buyer profile

Notice number in the OJEU: 2011/S 117-193688 of 21.6.2011

Other previous publications

Notice number in the OJEU: 2007/S 119-146327 of 23.6.2007

Notice number in the OJEU: 2008/S 070-094597 of 10.4.2008

Notice number in the OJEU: 2009/S 052-075506 of 17.3.2009

Section V: Award of contract

V.1)Award and contract value
Contract No: C-0021-2012
V.1.1)Date of contract award decision:
12.4.2012
V.1.2)Information about offers

Number of offers received: 6
Number of offers received by electronic means: 6

V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Beumer Group UK Ltd
Charnwood Suite, Wellington House 207 Leicester Rd
LE67 6HP Ibstock
UNITED KINGDOM
Telephone: +44 1530267091
E-mail:
Internet address: www.beumergroup.com

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: C-0019-2012
V.1.1)Date of contract award decision:
12.4.2012
V.1.2)Information about offers

Number of offers received: 6
Number of offers received by electronic means: 6

V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Vanderlande Industries UK Ltd
Aragon House Hampton Court 59 March Lane Hampton-in-Arden
B92 0AJ Solihull
UNITED KINGDOM
Telephone: +44 1217701888
E-mail:
Internet address: www.vanderlande.com

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: C-0018-2012
V.1.1)Date of contract award decision:
12.4.2012
V.1.2)Information about offers

Number of offers received: 6
Number of offers received by electronic means: 6

V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Siemens plc
Faraday House Sir William Siemens Square Frimley
GU16 8QD Camberley
UNITED KINGDOM
Telephone: +44 1276696000
E-mail:
Internet address: www.siemens.co.uk

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: C-0022-2012
V.1.1)Date of contract award decision:
12.4.2012
V.1.2)Information about offers

Number of offers received: 6
Number of offers received by electronic means: 6

V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Selex Elsag s.P.a.
Via Puccini 2
16154 Genova
ITALY
Telephone: +39 01065821
E-mail:
Internet address: www.selexelsag.com

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: C-0017-2012
V.1.1)Date of contract award decision:
12.4.2012
V.1.2)Information about offers

Number of offers received: 6
Number of offers received by electronic means: 6

V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Accu-Sort Systems Inc
511 Schoolhouse Rd
PA 18969 Telford, Pennsylvania
UNITED STATES
Telephone: +1 2157230981
E-mail:
Internet address: www.accusort.com

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: C-0020-2012
V.1.1)Date of contract award decision:
12.4.2012
V.1.2)Information about offers

Number of offers received: 6
Number of offers received by electronic means: 6

V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Lockheed Martin UK Ltd
Building 7000 Langstone Technology Park Langstone
PO9 1SW Havant
UNITED KINGDOM
Telephone: +44 2392443000
Internet address: www.lockheedmartin.co.uk

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:

Royal Mail stated in the contract notice 2011/S 117-193688 of 21.6.2011 that:

- Will conduct the procurement process using the medium of an online eSourcing system provided by SAP Frictionless. Interested candidates should initially contact the person stated in Section I.1 above and will be asked to provide some simple registration information. Royal Mail will furnish candidates with details of how to access the system and candidates will be required to complete a pre-qualification questionnaire by the date specified in Section IV.3.4 above. Later stages will also be conducted via electronic means. Tenders and all supporting documentation for the contract must be priced in sterling (unless otherwise specified in the contract documents) and written in English,
- Is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
Royal Mail Group reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the contract by alternative means if it appears that the contract can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.
- Reserves the right not to award any contract as a result of this notice,
- Has stated in Section II.1.2 that the requirement is for a combination of purchase, lease, rental and hire purchase. For clarification, there is no stipulation that a combination of these types of supply is required, rather that any of these alone or in combination will be considered according the individual requirements of each specific project,
- Has stated that the requirement is for supplies. This is the predominant requirement but please note that as per the description in II.1.5, other elements are required including various services,
- Anticipates inviting a minimum of three and a maximum of eight Applicants into the negotiation phase of the procurement process.
Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
Please read the following explanation relating to appeal procedures:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

See VI.3.2 below

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Utilities Contracts Regulations 2006 (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). A ten day standstill period has been observed and any actions should now be brought within 30 days.
Where the contract has been entered into the Court may in certain circumstances, order the recission of a contract and/or award damages and fine a contracting authority.
VI.3.3)Service from which information about the lodging of appeals may be obtained

See VI.3.2 above

VI.4)Date of dispatch of this notice:
17.7.2012