HMRC: Trader Support Service

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Trader Support Service
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: The UK government is committed to providing support for businesses engaged in new processes required under the Northern Ireland Protocol. To meet this commitment and to manage external readiness challenges, HMRC is procuring a Northern Ireland Trader Support Service. The service would provide a route for traders and carriers to comply with changes set out in the command paper on the movement of goods under the Northern Ireland Protocol from 1st January 2021. The Trader Support Service will be a free at the point of use service available to all traders moving goods between Great Britain and Northern Ireland and importing goods into Northern Ireland from the Rest of the World for at least two years (when the service and its future will be reviewed).
Published: 28/07/2020 16:24

View Full Notice

UK-London: Business and management consultancy and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             HMRC
             100 Parliament Street, London, SW1A 2BQ, United Kingdom
             Tel. +44 788320722, Email: james.power1@hmrc.gov.uk
             Main Address: http://www.gov.uk
             NUTS Code: UK
      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
      Access to the procurement documents is restricted. Further information can be obtained at: http://www.hmrc.gov.uk/about/supplying.htm
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.hmrc.gov.uk/about/supplying.htm 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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Trader Support Service       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79400000 - Business and management consultancy and related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The UK government is committed to providing support for businesses engaged in new processes required under the Northern Ireland Protocol. To meet this commitment and to manage external readiness challenges, HMRC is procuring a Northern Ireland Trader Support Service.
The service would provide a route for traders and carriers to comply with changes set out in the command paper on the movement of goods under the Northern Ireland Protocol from 1st January 2021.
The Trader Support Service will be a free at the point of use service available to all traders moving goods between Great Britain and Northern Ireland and importing goods into Northern Ireland from the Rest of the World for at least two years (when the service and its future will be reviewed).       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79400000 - Business and management consultancy and related services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: On 20 May, HMG published a Command Paper setting out how the Northern Ireland Protocol will be implemented within the UK.

This paper set out that application of the Protocol will involve some changes for Northern Ireland goods movements at the end of the transition period..

The UK Government is clear in its commitment to give businesses the information and support needed to get ready for these changes at the end of the Transition Period. As part of this, HMRC is prepared to provide extensive support for businesses and plans to procure a Northern Ireland Trader Support Service.

The service should be operational from September and it will be able to help all traders, regardless of size and at no cost, to move their goods between Great Britain and Northern Ireland, and to import goods into Northern Ireland from the Rest of the World in compliance with the NI Protocol.

As part of the procurement we are looking for the following core services:
Trader education –the service should:
educate businesses on what the Protocol means for them, and the steps they need to take to comply with them (including getting an Economic Operators Registration and Identification (EORI) number)
support businesses developing processes to accurately provide the trader support service with all the information it needs to submit declarations on their behalf (including information on the ‘risk’ status of the goods)
advise businesses on the additional documents/licences that they will need (for example, a permit is needed to import endangered species (CITES) goods)
Complete processes – the service should
Submit relevant declarations into CDS (and hold the necessary authorisations required for simplified declarations)
Submit relevant safety and security declarations into HMRC’s Import Control System (ICS)

The intention is that the TSS will have its own guarantee, Duty Deferment Account (DDA) and authorisations and will represent most traders indirectly, which will remove these requirements from many businesses.

In order to be fully operational the Trader Support Service will need to work with HMRC to secure CDS software packages and ensure Community Service Providers (CSPs) readiness as any third party will only be able to complete declarations once they have a CDS-ready software package available to them and CSPs are critical actors at some NI entry points.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Proposed Operating Model / Weighting: 25
            Quality criterion - Name: Core Requirements / Weighting: 30
            Quality criterion - Name: Mobilisation of Service / Weighting: 20
            Quality criterion - Name: Exit / Weighting: 5
            Quality criterion - Name: Risk Sharing / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Possible 1+1 years extensions.
      
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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.1.6) 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: Yes       
   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: 29/08/2020 Time: 17:00
            
      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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 31/08/2020
         Time: 17:00
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The deadline for submission of requests to participate in the tender exercise will be XX/XX/XXXX, that being 30 days following the publication of this Contract Notice. The Authority intends to use the Open Procedure. Economic Operators wishing to review the documentation and submit an Request to Participate will need to obtain access to the HMRC eSourcing tool, SAP Ariba as follows.

HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC's SAP Ariba) and this must be used to express an interest and/or bid for the opportunity. (Further information about HMRC's SAP Ariba is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm) Economic operators who have used HMRC's SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk.

Economic operators using HMRC's SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (You must ensure that you are directed to the registration page for HMRC's SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser). You will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the 'registration process is now complete' and providing you with 'your organisation's account ID' number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.

When you have obtained 'your account ID' number, please email XXXXXXX@hmrc.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity.
The contract reference: MFA SRXXXXXXX
Your HMRC SAP Ariba account ID: AN
Your organisation's name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access to the online questionnaires. If access is not provided within one working day, please contact XXXXXXXX@hmrc.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=509754239
   VI.4) Procedures for review
   VI.4.1) Review body:
             HMRC
       100 Parliament Street, London, SW1A 2BQ, 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: 28/07/2020

Annex A


View any Notice Addenda

Trader Support Service

UK-London: Business and management consultancy and related services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       HMRC
       100 Parliament Street, London, SW1A 2BQ, United Kingdom
       Tel. +44 788320722, Email: thomas.atkins1@hmrc.gov.uk
       Main Address: http://www.gov.uk
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Trader Support Service      Reference number: Not Provided      
   II.1.2) Main CPV code:
      79400000 - Business and management consultancy and related services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The UK government is committed to providing support for businesses engaged in new processes required under the Northern Ireland Protocol. To meet this commitment and to manage external readiness challenges, HMRC is procuring a Northern Ireland Trader Support Service.
The service would provide a route for traders and carriers to comply with changes set out in the command paper on the movement of goods under the Northern Ireland Protocol from 1st January 2021.
The Trader Support Service will be a free at the point of use service available to all traders moving goods between Great Britain and Northern Ireland and importing goods into Northern Ireland from the Rest of the World for at least two years (when the service and its future will be reviewed).

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 29/07/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 236952   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 28/07/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.5          
         Lot No: Not provided          
         Place of text to be modified: II.2.5          
         Instead of: Quality criterion - Name: Proposed Operating Model / Weighting: 25
Quality criterion - Name: Core Requirements / Weighting: 30
Quality criterion - Name: Mobilisation of Service / Weighting: 20
Quality criterion - Name: Exit / Weighting: 5
Quality criterion - Name: Risk Sharing / Weighting: 10
Cost criterion - Name: Price / Weighting: 20          
         Read: Quality criterion - Name: Proposed Operating Model / Weighting: 25
Quality criterion - Name: Core Requirements / Weighting: 30
Quality criterion - Name: Mobilisation of Service / Weighting: 20
Quality criterion - Name: Exit / Weighting: 5
Cost criterion - Name: Price / Weighting: 20
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3          
         Instead of: Additional Information: The deadline for submission of requests to participate in the tender exercise will be XX/XX/XXXX, that being 30 days following the publication of this Contract Notice. The Authority intends to use the Open Procedure. Economic Operators wishing to review the documentation and submit an Request to Participate will need to obtain access to the HMRC eSourcing tool, SAP Ariba as follows.

HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC's SAP Ariba) and this must be used to express an interest and/or bid for the opportunity. (Further information about HMRC's SAP Ariba is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm) Economic operators who have used HMRC's SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk.

Economic operators using HMRC's SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (You must ensure that you are directed to the registration page for HMRC's SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser). You will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the 'registration process is now complete' and providing you with 'your organisation's account ID' number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.

When you have obtained 'your account ID' number, please email XXXXXXX@hmrc.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity.
The contract reference: MFA SRXXXXXXX
Your HMRC SAP Ariba account ID: AN
Your organisation's name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access to the online questionnaires. If access is not provided within one working day, please contact XXXXXXXX@hmrc.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made          
         Read: The deadline for submission of requests to participate in the tender exercise will be 29/08/2020, that being 30 days following the publication of this Contract Notice. The Authority intends to use the Open Procedure. Economic Operators wishing to review the documentation and submit an Request to Participate will need to obtain access to the HMRC eSourcing tool, SAP Ariba as follows.

HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC's SAP Ariba) and this must be used to express an interest and/or bid for the opportunity. (Further information about HMRC's SAP Ariba is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm) Economic operators who have used HMRC's SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk.

Economic operators using HMRC's SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (You must ensure that you are directed to the registration page for HMRC's SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser). You will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the 'registration process is now complete' and providing you with 'your organisation's account ID' number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.
When you have obtained 'your account ID' number, please email Thomas.atkins1@hmrc.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity.
The contract reference: MFA SR
Your HMRC SAP Ariba account ID: AN
Your organisation's name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access to the online questionnaires. If access is not provided within one working day, please contact e.procurement@hmrc.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made
                                    
   
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=512216631


View Award Notice

UK-London: Business and management consultancy and related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       HMRC
       100 Parliament Street, London, SW1A 2BQ, United Kingdom
       Tel. +44 7815439810, Email: james.gadsby@hmrc.gov.uk
       Main Address: http://www.gov.uk
       NUTS Code: UK

   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.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      Other activity: Direct & Indirect Taxation

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Trader Support Service            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79400000 - Business and management consultancy and related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of a Trader Support Service for Northern Ireland to enable businesses to meet requirements pertaining to the Northern Ireland Protocol.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 241,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79400000 - Business and management consultancy and related services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Trader Support Service will;
•provide a free end-to-end support package to manage Customs declarations on behalf of traders.
•educate businesses on what the Northern Ireland protocol means for them, and the steps they need to take to comply with it. This will include online training sessions and webinars
•be available to businesses moving goods into Northern Ireland under new processes in the Northern Ireland Protocol that start from 1 January 2021

      II.2.5) Award criteria:
      Quality criterion - Name: Proposed Operating Model / Weighting: 25
      Quality criterion - Name: Core Requirements / Weighting: 30
      Quality criterion - Name: Mobilisation of Service / Weighting: 20
      Quality criterion - Name: Exit / Weighting: 5
                  
      Price - Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend by 1 + 1 years

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 147-362121
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Fujitsu Services Limited, 00096056
             22 Baker Street, London, W1U 3BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 200,000,000          
         Total value of the contract/lot: 241,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 72%                   
         Short description of the part of the contract to be subcontracted:
          Customs software and community system
Declaration management system
Contact centre solution
Trader registration system
Training services.          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=557670143

   VI.4) Procedures for review

      VI.4.1) Review body
          HMRC
          100 Parliament Street, London, SW1A 2BQ, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: HMRC follow the Public Contracts Regulations 2015 which contain details of review procedures. A standstill period of 10 days was observed after the outcome of the competition was communicated to the tenderers.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 27/01/2021