HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Inland Pre-Clearance Logistics and Management Services *Duplicated* |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | HMRC and The Home Office acting through Border Force are giving potential suppliers notification of an emerging requirement for national haulage and storage services. |
Published: | 11/09/2018 16:04 |
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 3000528926, Email: craig.procter@hmrc.gsi.gov.uk
Contact: Craig Procter
Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: The Home Office acting through Border Force
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://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/602155/SAP_Ariba_Sourcing_Professional_Suppliers_Guide
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
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: Inland Pre-Clearance Logistics and Management Services
Reference Number: SR139832259
II.1.2) Main CPV Code:
63100000 - Cargo handling and storage services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: HMRC and The Home Office acting through Border Force are giving potential suppliers notification of an emerging requirement for national haulage and storage services.
II.1.5) Estimated total value:
Value excluding VAT: 190,000,000
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: 1) Inland Pre-Clearance Logistics and Management Services
2) Haulage and Storage Services
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Inland Pre-Clearance Logistics and Management Services
Lot No: 1
II.2.2) Additional CPV codes:
60100000 - Road transport services.
63120000 - Storage and warehousing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: HMRC is seeking to engage a supplier to provide services at one or a number of UK inland locations on a permanent basis. The supplier(s) will establish and operate inland depots and storage locations for sea, air, road and rail freight. Imported goods will be directed securely to the inland facilities for a detailed inspection and may then subsequently be wholly or partially released, stored pending further process, and/or ultimately disposed.
Estimated total value of the entire Lot 1 agreement is;
Estimated value excluding VAT:
Range: between 50 000 000 and 150 000 000 GBP
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 150,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Option to extend the Initial Term for periods of not more than twelve (12) months, for a maximum of two (2) years in the aggregate.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Please see the specification of requirements.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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: Estimated total value of the entire Lot 1 agreement is;
Estimated value excluding VAT:
Range: between 50 000 000 and 150 000 000 GBP
II.2) Description Lot No. 2
II.2.1) Title: Haulage and Storage Services
Lot No: 2
II.2.2) Additional CPV codes:
60100000 - Road transport services.
63120000 - Storage and warehousing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Border Force is a Directorate of the Home Office. Border Force intends to establish one or more contracting vehicle(s) for the provision of services for the Haulage and Storage (including commercial storage) of seized goods and vehicles. The resulting contract(s) will form part of Border Force’s Haulage, Storage and Disposals (HSD) suite of contracts, additionally used by HMRC and the National Crime Agency.
The following goods are expected to be within the scope of this service provision (this list is not exhaustive):
•Cigarettes and tobacco products;
•Alcohol products;
•Vehicles including cars, light commercial vehicles, HGVs, plant, coaches, caravans, boats and aircraft;
•Products of Animal Origin and Plant Based Goods;
•Counterfeit products, including electrical items, clothing and footwear;
•Packaging materials;
•Other miscellaneous goods;
•Items used to aid illicit entry in to the UK i.e. goods used as cover loads.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 40,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Option to extend the Initial Term for periods of not more than twelve (12) months, for a maximum of two (2) years in the aggregate
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Please see the specification of requirements.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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
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.1.3) 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 NEGOTIATED
IV.1.1) Type of procedure:
Justification for the choice of accelerated procedure: Due to unforeseen circumstances beyond HMRC's control, it would not be pracitcable to deliver this business critical requirement in the usual procurement timescales.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 26/09/2018 Time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/09/2018
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
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used Yes
VI.3) Additional Information: Guidance to register on HMRC's e-sourcing system can be found via the link below.
https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/602155/SAP_Ariba_Sourcing_Professional_Suppliers_Guide_-_March_2017.pdf
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=344800360
VI.4) Procedures for review
VI.4.1) Review body:
HM Revenue & Customs
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 300052892, Email: craig.procter@hmrc.gsi.gov.uk
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: 11/09/2018
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
The Home Office acting through Border Force
Southern House, 7th Floor, Wellesley Grove, Croydon, CR0 1XG, United Kingdom
Email: mark.hill5@homeoffice.gsi.gov.uk
Contact: Mark Hill
Main Address: https://www.gov.uk/government/organisations/home-office/about/procurement
NUTS Code: UK