HMRC: Inland Pre-Clearance Logistics and Management Services *Duplicated*

  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

UK-Salford: Cargo handling and storage services. *Duplicated*
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

View any Notice Addenda

View Award Notice