HMRC: Estates- Logistics and Removals

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Estates- Logistics and Removals
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: Services may include: - clearance and disposal of furniture, - movement of staff and associated equipment - movement of furniture to new premises, - temporary storage
Published: 26/04/2018 12:14

View Full Notice

UK-Salford: Relocation services.
Section I: Contracting Authority
      I.1) Name and addresses
             HMRC
             5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
             Tel. +44 3000587870, Fax. +44 3000588482, Email: debi.barraclough@hmrc.gsi.gov.uk
             Contact: Debi Barraclough
             Main Address: https://www.hmrc.gsi.gov.uk, Address of the buyer profile: 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: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.hmrc.gsi.gov.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://hmrc.supplier-eu.ariba.com/ad/register/SSO 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: Estates- Logistics and Removals       
      Reference Number: SR83681067
      II.1.2) Main CPV Code:
      98392000 - Relocation services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Services may include:
- clearance and disposal of furniture,
- movement of staff and associated equipment
- movement of furniture to new premises,
- temporary storage       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,000,000       
      Currency: GBP
      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: Four (4) UK Regions

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Relocation Services       
      Lot No: Lot 1 - Northern Ireland       
      II.2.2) Additional CPV codes:
      98392000 - Relocation services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Services may include:
— clearance and disposal of furniture,
— movement of staff and associated equipment,
— movement of furniture to new premises,
— temporary storage.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Merit - Schedule A Service Requirements / Weighting: 40
            Quality criterion - Name: Technical Merit Schedule H - I Security and Business Continuity / Weighting: 10
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit - Schedules B - G Management Activity / Weighting: 5
                        
            Cost criterion - Name: Cost Effectiveness / Weighting: 10
                              
      II.2.6) Estimated value:
      Value excluding VAT: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: 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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Relocation Services       
      Lot No: 2 - Northern Britain       
      II.2.2) Additional CPV codes:
      98392000 - Relocation services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Services may include:
— clearance and disposal of furniture,
— movement of staff and associated equipment,
— movement of furniture to new premises,
— temporary storage.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Merit - Schedule A Service Requirements / Weighting: 40
            Quality criterion - Name: Technical Merit Schedule H - I Security and Business Continuity / Weighting: 10
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit - Schedules B - G Management Activity / Weighting: 5
                        
            Cost criterion - Name: Cost Effectiveness / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: 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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Relocation Services       
      Lot No: Lot 3- Central England       
      II.2.2) Additional CPV codes:
      98392000 - Relocation services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Services may include:
— clearance and disposal of furniture,
— movement of staff and associated equipment
— movement of furniture to new premises,
— temporary storage.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Merit - Schedule A Service Requirements / Weighting: 40
            Quality criterion - Name: Technical Merit Schedule H - I Security and Business Continuity / Weighting: 10
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Technical Merit - Schedules B - G Management Activity / Weighting: 5
                        
            Cost criterion - Name: Schedule J Cost Effectiveness / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: 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       
II.2) Description Lot No. 4
      
      II.2.1) Title: Relocation Services       
      Lot No: Lot 4- Southern England       
      II.2.2) Additional CPV codes:
      98392000 - Relocation services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Services may include:
— clearance and disposal of furniture,
— movement of staff and associated equipment
— movement of furniture to new premises,
— temporary storage.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Merit - Schedule A Service Requirements / Weighting: 40
            Quality criterion - Name: Technical Merit Schedule H - I Security and Business Continuity / Weighting: 10
            Quality criterion - Name: Technical Merit - Schedules B - G Management Activit / Weighting: 5
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
                        
            Cost criterion - Name: Schedule J Cost Effectiveness / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: 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:
      Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the tender documentation. Potential Tenderers should be aware, however, that they may be required to forward the following information:
(a) A copy of the most recent audited accounts covering the Tenderer’s last two years of trading (or for the period that is available if trading for less than three years) or
(b) For the most recent full year of trading, where this information is not available in audited form, a copy of the draft or unaudited financial accounts or equivalent information showing the Tenderer’s turnover, profit and loss and cash flow position and an end period balance sheet or, where this cannot be provided, a statement signed by the finance director or similar responsible person detailing any major changes in the current financial position since the date of the latest audited accounts provided.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      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: 2018/S 27 - 58818       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 29/05/2018 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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 29/05/2018
         Time: 12:00
      

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 No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
The Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (referred as HMRC’s SAP Ariba), this must be used by Economic Operators to express an interest and/or bid for the opportunity. (Information about HMRC’s SAP Ariba is at: 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, 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. If using HMRC’s SAP Ariba for the first time, including suppliers who are 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 identified with the HMRC logo at the top of the page, you may need to copy the web address directly into your browser). A system generated email will ask you to activate your SAP Ariba supplier account by verifying your email address. Upon completion of the activation process a further email will be sent to you confirming ‘registration process is now complete’ and provide you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after checking your spam in-box) notifying non-receipt and confirming when your registration request was made. Once you have obtained ‘your account ID’ number and it is approved, email: debi.barraclough@hmrc.gsi.gov.uk no later than 12.00 on 17/5/2018 with the following information as confirmation that you wish to express an interest and/or bid for the opportunity. The contract reference shown in Section II1.1 of this Contract Notice, Your organisation’s HMRC SAP Ariba account ID: AN.:, Your organisation’s name:, Your name:, Your email address:, Your telephone number:
Economic operators who have complied will receive a confidentiality agreement by email, upon completion, access will be given to the online questionnaires. If access is not provided within one working day, contact: debi.barraclough@hmrc.gsi.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was made. When requesting access to the online questionnaires, notify HMRC if you have accessibility issues which may prevent you from providing a response using HMRC’s SAP Ariba. This will then allow HMRC to agree with you an appropriate format for you to view and respond.
Expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12.00 on 29 May 2018 The deadline for clarification questions is 17:00 on 17 May 2018 with responses provided by the 21 May 2018 which will allow the required 6 days for the information to be considered by Tenderers. HMRC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=312529335
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue and Customs
       5th Floor West, Ralli Quays, Salford, M60 9LA, United Kingdom
       Tel. +44 3000587870
   VI.4.2) Body responsible for mediation procedures:
             HM Revenue and Customs
          5W Ralli Quays, Manchester, M60 9LA, United Kingdom
          Tel. +44 300587870
   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:
          HMRC
       5W Ralli Quays, Manchester, M60 9LA, United Kingdom
       Tel. +44 3000587870
   VI.5) Date Of Dispatch Of This Notice: 26/04/2018

Annex A


View any Notice Addenda

View Award Notice