Thames Freeport is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Thames Freeport Food and Drink Sustainable Packaging Centre Programme |
Notice type: | Contract Notice |
Authority: | Thames Freeport |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Thames Freeport seeks a supplier or consortia to design and develop the Food & Drink Sustainable Packaging Innovation Hub, forming part of a broader network linked to a planned AI Campus driving regional transformation. The selected partner will: Develop a comprehensive plan for the Innovation Hub. Deliver a Challenge Definition Phase to map the ecosystem and engage stakeholders. Identify key challenges, opportunities, and themes. Produce a full investment case for the Hub. As a private sector-led economic zone, Thames Freeport spans Barking & Dagenham, Havering, and Thurrock, driving sustainable growth through three industry ecosystems: Sustainable Construction Technology Manufacturing Food & Drink The Freeport also envisions a “21st Century City”, integrating industrial clusters, sustainable infrastructure, and inclusive communities to connect residents with education and employment. With 40% of UK food and drink imports passing through its ports, Thames Freeport invites expressions of interest (EOIs) for a Food & Drink Supply Chain, Processing, Packaging & Logistics Innovation Centre. This initiative will drive economic growth, sustainability, and innovation by enhancing supply chain efficiency, packaging, and logistics practices. Procurement follows a Competitive Dialogue under Regulation 30 of the Public Contracts Regulations 2015, with EOI as the first stage. Shortlisted suppliers will proceed to tender for FY25-26 delivery. |
Published: | 21/02/2025 13:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Thames Freeport Limited
70 Mark Lane, London, EC37NQ, United Kingdom
Tel. +44 3330154705, Email: l.devereaux@fnc.co.uk
Contact: Luke Devereaux
Main Address: https://thamesfreeport.com/
NUTS Code: UKI52
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Design-and-execution-of-research-and-development./88MBZ9J2U5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Grant funding through local authority
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Thames Freeport Food and Drink Sustainable Packaging Centre Programme
Reference Number: TFP-EOI-05-Food and Drink Sustainable Packaging Hub
II.1.2) Main CPV Code:
73300000 - Design and execution of research and development.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Thames Freeport seeks a supplier or consortia to design and develop the Food & Drink Sustainable Packaging Innovation Hub, forming part of a broader network linked to a planned AI Campus driving regional transformation.
The selected partner will:
Develop a comprehensive plan for the Innovation Hub.
Deliver a Challenge Definition Phase to map the ecosystem and engage stakeholders.
Identify key challenges, opportunities, and themes.
Produce a full investment case for the Hub.
As a private sector-led economic zone, Thames Freeport spans Barking & Dagenham, Havering, and Thurrock, driving sustainable growth through three industry ecosystems:
Sustainable Construction
Technology Manufacturing
Food & Drink
The Freeport also envisions a “21st Century City”, integrating industrial clusters, sustainable infrastructure, and inclusive communities to connect residents with education and employment.
With 40% of UK food and drink imports passing through its ports, Thames Freeport invites expressions of interest (EOIs) for a Food & Drink Supply Chain, Processing, Packaging & Logistics Innovation Centre. This initiative will drive economic growth, sustainability, and innovation by enhancing supply chain efficiency, packaging, and logistics practices.
Procurement follows a Competitive Dialogue under Regulation 30 of the Public Contracts Regulations 2015, with EOI as the first stage. Shortlisted suppliers will proceed to tender for FY25-26 delivery.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI52 Barking & Dagenham and Havering
II.2.4) Description of procurement: Thames Freeport seeks a supplier or consortia to design and develop the Food & Drink Sustainable Packaging Innovation Hub, forming part of a broader network linked to a planned AI Campus driving regional transformation.
The selected partner will:
Develop a comprehensive plan for the Innovation Hub.
Deliver a Challenge Definition Phase to map the ecosystem and engage stakeholders.
Identify key challenges, opportunities, and themes.
Produce a full investment case for the Hub.
As a private sector-led economic zone, Thames Freeport spans Barking & Dagenham, Havering, and Thurrock, driving sustainable growth through three industry ecosystems:
Sustainable Construction
Technology Manufacturing
Food & Drink
The Freeport also envisions a “21st Century City”, integrating industrial clusters, sustainable infrastructure, and inclusive communities to connect residents with education and employment.
With 40% of UK food and drink imports passing through its ports, Thames Freeport invites expressions of interest (EOIs) for a Food & Drink Supply Chain, Processing, Packaging & Logistics Innovation Centre. This initiative will drive economic growth, sustainability, and innovation by enhancing supply chain efficiency, packaging, and logistics practices.
Procurement follows a Competitive Dialogue under Regulation 30 of the Public Contracts Regulations 2015, with EOI as the first stage. Shortlisted suppliers will proceed to tender for FY25-26 delivery.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
This contract is subject to renewal: Yes
Description of renewals: Ends September 2025 with the potential to be extended dependent on the necessary approvals and agreements from the Freeport Board and Accountable Body
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/03/2025
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Design-and-execution-of-research-and-development./88MBZ9J2U5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/88MBZ9J2U5
VI.4) Procedures for review
VI.4.1) Review body:
Thames Freeport Limited
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/02/2025
Annex A