HMRC: 1701-SCR-SR52906507-Auctioneers Services

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: 1701-SCR-SR52906507-Auctioneers Services
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: HMRC is seeking to establish an auctioneers' services framework to facilitate the recovery and sale of goods by auction. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents. In Northern Ireland it is expected that prospective suppliers will comply with existing distraint legislation and regulations. Under the previous iteration of this framework agreement 1350 assignments were called off in England and Wales in the 2016 calendar year, and a further 135 assignments in Northern Ireland. The above volumes are provided for indicative purposes only and HMRC can make no guarantee for the volume of work that will be made available under the new framework agreement.
Published: 24/03/2017 14:41

View Full Notice

UK-Manchester: Auction services.
Section I: Contracting Authority
      I.1) Name and addresses
             HMRC
             5W Ralli Quays, Manchester, M60 9LA, United Kingdom
             Tel. +44 3000578070, Email: Nicholas.Crowe@hmrc.gsi.gov.uk
             Contact: Nic Crowe
             Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
             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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.contractsfinder.service.gov.uk/Search
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the address as in Annex A.III       
      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: 1701-SCR-SR52906507-Auctioneers Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79342400 - Auction services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: HMRC is seeking to establish an auctioneers' services framework to facilitate the recovery and sale of goods by auction. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents. In Northern Ireland it is expected that prospective suppliers will comply with existing distraint legislation and regulations.

Under the previous iteration of this framework agreement 1350 assignments were called off in England and Wales in the 2016 calendar year, and a further 135 assignments in Northern Ireland. The above volumes are provided for indicative purposes only and HMRC can make no guarantee for the volume of work that will be made available under the new framework agreement.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: North of England       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79342400 - Auction services.
      
      II.2.3) Place of performance:
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: HMRC requires the establishment of an auctioneers' services framework to facilitate the recovery and sale of goods by auction in the North of England. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.

For the purposes of this framework, North of England is defined as the North East, North West and Yorkshire and the Humber European Parliament constituency regions.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit / Weighting: 30
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 50
                              
      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:
      Start: 31/07/2017 / End: 31/07/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that this agreement will be renewed at the end of the contract period.
      
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: The Midlands       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79342400 - Auction services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: HMRC requires the establishment of an auctioneers' services framework to facilitate the recovery and sale of goods by auction in the Midlands region. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.

For the purposes of this framework, the Midlands is defined as the East Midlands, West Midlands and East of England European Parliament constituency regions.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit / Weighting: 30
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Cost / Weighting: 50
                              
      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:
      Start: 31/07/2017 / End: 31/07/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that this agreement will be renewed at the end of the contract period.
      
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: South of England       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79342400 - Auction services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: HMRC requires the establishment of an auctioneers' services framework to facilitate the recovery and sale of goods by auction in the South of England. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.

For the purposes of this framework, South of England is defined as the South East and South West European Parliament constituency regions.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit / Weighting: 30
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Cost / Weighting: 50
                              
      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:
      Start: 31/07/2017 / End: 31/07/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that this agreement will be renewed at the end of the contract period.
      
      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       
II.2) Description Lot No. 4
      
      II.2.1) Title: London       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79342400 - Auction services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: HMRC requires the establishment of an auctioneers' services framework to facilitate the recovery and sale of goods by auction in London. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.

For the purposes of this framework, North of England is defined as the London European Parliament constituency regions.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit / Weighting: 30
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Cost / Weighting: 50
                              
      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:
      Start: 31/07/2017 / End: 31/07/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that this agreement will be renewed at the end of the contract period.
      
      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       
II.2) Description Lot No. 5
      
      II.2.1) Title: Wales       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79342400 - Auction services.
      
      II.2.3) Place of performance:
      UKL WALES
      
      II.2.4) Description of procurement: HMRC requires the establishment of an auctioneers' services framework to facilitate the recovery and sale of goods by auction in Wales. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.

For the purposes of this framework, Wales is defined as the Welsh European Parliament constituency region.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit / Weighting: 30
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Cost / Weighting: 50
                              
      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:
      Start: 31/07/2017 / End: 31/07/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that this agreement will be renewed at the end of the contract period.
      
      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       
II.2) Description Lot No. 6
      
      II.2.1) Title: Northern Ireland       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      79342400 - Auction services.
      
      II.2.3) Place of performance:
      UKN NORTHERN IRELAND
      
      II.2.4) Description of procurement: HMRC requires the establishment of an auctioneers' services framework to facilitate the recovery and sale of goods by auction in Northern Ireland. These services will also include the ability to meet all requirements that enables them to comply with current distraint legislation and regulations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit / Weighting: 30
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Cost / Weighting: 50
                              
      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:
      Start: 31/07/2017 / End: 31/07/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that this agreement will be renewed at the end of the contract period.
      
      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:          
      As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated that they have the necessary personal standing and are eligible and suitable to be awarded a public contract. Tenderers will therefore be required to provide a statement within an online “selection questionnaire” as to whether any of the circumstances (relating to mandatory and discretionary grounds for exclusion) described in Regulation 57 of the Public Contracts Regulations 2015 apply. Revenue compliance will be considered and checks will be undertaken throughout the tendering exercise, using, as applicable, information from HMRC’s own records. UK applicants will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Overseas or non-UK Tenderers will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online “selection questionnaire” that they have the necessary economic or financial capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) audited accounts (to include balance sheet and statement of profit and loss) and/or similar financial statements or information; 2) statement of turnover in respect of the required goods and/or service only; and 3) details of Public Liability and Employers Liability Insurance (as applicable) and other relevant insurances. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.    
      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:       
      As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online “selection questionnaire” that they have the necessary technical capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) details of the principal business areas(s) in which the company is engaged and its structure, site locations and facilities; 2) evidence of previous relevant experience in the last 3 years, demonstrating capacity and ability to provide the required goods and/or services, inclusive of dates, size/value of contract and customer address/contact names for reference purposes; 3) details of quality systems in place, including (if applicable) details and copy certification relating to formal accreditation held, such as BS, ISO or equivalent; 4) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and 5) a list of professional associations or trade bodies to which the organisation or individuals in the organisation belong. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.    
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 20           
         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: Yes
      Additional information about electronic auction: HMRC reserves the right to utilise eAuctions as part of the 'call off' process for assignments from this framework once established..
   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: 2017/S 39 - 70815       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/04/2017 Time: 12:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/04/2017
         Time: 12:00
         Place:
         Salford
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: April 2020
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   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.

However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Awarding Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (hereafter referred to as HMRC’s instance of SAP Ariba) to facilitate the procurement process and this must be used by economic operators to express an interest and/or bid for the opportunity described in this Contract Notice. (Further information about HMRC’s instance of SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm)
Economic operators who have used HMRC’s instance of SAP Ariba previously: you will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your organisation’s 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 instance of 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 instance of 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)
As part of the registration process 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 by return 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.
Once you have obtained ‘your organization’s account ID’ number, please email e.procurement@hmrc.gsi.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity described in this Contract Notice.
The contract reference shown in Section IV.3.1 of this Contract Notice
Your organization’s HMRC SAP Ariba account ID: ANXXXXXXXXXXX
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 the online questionnaires. If access is not provided to the online questionnaires within one working day, please contact e.procurement@hmrc.gsi.gov.uk (after first checking your spam in-box) 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=244666460
   VI.4) Procedures for review
   VI.4.1) Review body:
             HMRC
       5W Ralli Quays, Manchester, M60 9LA, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             HMRC
          5W Ralli Quays, Manchester, M60 9LA, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    HMRC will incorporate a minimum 10 calendar day standstill period at the time the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address at I.1. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages."    
   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: 24/03/2017

Annex A

   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
       HMRC
       HMRC Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 1618270898, Email: Nicholas.Crowe@hmrc.gsi.gov.uk
       Main Address: https://www.contractsfinder.service.gov.uk
       NUTS Code: UK

View any Notice Addenda

View Award Notice