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
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