HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | GB- Salford: Representation and Analysis services |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | HMRC is a Government Department principally responsible for the collection, administration and management of revenue from Direct and Indirect Taxes and Duties, combating drug trafficking and enforcing import/export prohibitions. HMRC has a requirement for a wide range of analytical and representational services covering an extensive range of products as contained within the UK Integrated tariff. It is essential that the service provider has a full and comprehensive knowledge of the UK Integrated Tariff and general interpretative rules contained within, on which classification decisions are based. The service provider would provide: • analytical services to determine the Tariff classification of goods in accordance with EC regulations, • the assessment levels of individual components of products, such as tobacco. • Provision of an analytical and advisory service to inform the classification process. • Provide expert representation at EU meetings and Courts /Tribunals when required. The client requires the contractor to provide a suitable, secure location to accept deliveries of items by vehicle and hand for examination. The contractor will have secure storage facilities in addition to laboratory facilities and provide results of forensic examinations by the agreed deadlines including any witness statements required. |
Published: | 20/01/2014 15:55 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
HMRC
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587870, Email: e-procurement@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk
Contact: Debi Barraclough, Attn: Debi Barraclough
Electronic Access URL: www.hmrc.gov.uk
Electronic Submission URL: www.hmrc.gov.uk
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Other: Direct and Indirect Taxes
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: GB- Salford: Representation and Analysis services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Technical testing, analysis and consultancy services. Composition and purity testing and analysis services. Analysis services. Technical analysis or consultancy services. HMRC is a Government Department principally responsible for the collection, administration and management of revenue from Direct and Indirect Taxes and Duties, combating drug trafficking and enforcing import/export prohibitions.
HMRC has a requirement for a wide range of analytical and representational services covering an extensive range of products as contained within the UK Integrated tariff.
It is essential that the service provider has a full and comprehensive knowledge of the UK Integrated Tariff and general interpretative rules contained within, on which classification decisions are based.
The service provider would provide:
• analytical services to determine the Tariff classification of goods in accordance with EC regulations,
• the assessment levels of individual components of products, such as tobacco.
• Provision of an analytical and advisory service to inform the classification process.
• Provide expert representation at EU meetings and Courts /Tribunals when required.
The client requires the contractor to provide a suitable, secure location to accept deliveries of items by vehicle and hand for examination. The contractor will have secure storage facilities in addition to laboratory facilities and provide results of forensic examinations by the agreed deadlines including any witness statements required.
II.1.6)Common Procurement Vocabulary:
71600000 - Technical testing, analysis and consultancy services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
This contract will be enabled to be utilised by the Home Office and may be also used by other UK Government Departments.
Estimated value excluding VAT:
Range between: 700,000 and 900,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The contract period may be extended for a further period of up to 12 months.
The contract is a joint procurement between HMRC and the Home Office, and may be open to other Government Departments.
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/05/2014
Completion: 30/04/2017
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
HMRC operates an Enterprise Resource Planning (electronic trading/ordering) system and has a Purchase Order Mandatory Policy. Successful tenderers will be required to provide information so that they can be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
The intention is to award the contract to a single supplier, but exceptionally division into Lots may take place and more than one contractor appointed.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Any contract/framework awarded will be subject to the Authority's Conditions of Contract.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
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 23 of the Public Contracts Regulations 2006 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.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
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.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
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.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Cost - 50
Technical Merit: specific - 25
Quality - 15
Technical merit :Strategic Requirements - 5
Technical merit : Security - 5
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: SGS-2014-Forensics and Representation-ITT-461
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2013/S 224 - 389974 of 15/11/2013
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 21/02/2014
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: Yes
HMRC will be using an e-sourcing (e-tendering) tool/application for this procurement. This prevents any information provided by the applicant or tenderer from being viewed by the Authority until the e-sourcing event is closed. The e-sourcing (e-tendering) application will display the closing date and time for this particular tendering exercise within the event. The close time will be the earliest point at which the HMRC nominated or a tender defined evaluation team member will be able to open and view the tender responses. Therefore, the opening time for tenders will coincide with the close date and time for the event and all tenders will become visible to the HMRC nominated or event defined tender evaluation team in any place that provides access to the e-sourcing tool/application at that time.”
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. ((Information about the e-Sourcing application, and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm.) Economic operators who require access to the online tender documentation must send an email to e.procurement@hmrc.gsi.gov.uk any time up to, but no later than 12.00 (midday) on 19 Febuary 2014 . This email should contain (a) the contract reference shown in Section IV.3.1 (File Reference), (b) a contact email address; (c) a contact name; and (d) the company name and contact telephone number. Economic operators who have complied with the foregoing will receive details of how to access the online Tender documentation. (If an email response from HMRC is not received within one working day of your request, re-contact e.procurement@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when the request was first made). Online Tender documentation must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 12.00 midday on 26 February 2014. Tender documentation not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online Tender documentation, please notify the Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the eSourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Awarding Authority 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.” 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=84060847
GO-2014120-PRO-5402053 TKR-2014120-PRO-5402052
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 30005887870, Email: debi.barraclough@hmrc.gsi.gov.uk, URL: www.hmrc.gov.uk
Body responsible for mediation procedures:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 3000587870, Email: debi.barraclough@hmrc.gsi.gov.uk, URL: www.hmrc.gov.uk
VI.4.2)Lodging of appeals: 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.4.3)Service from which information about the lodging of appeals may be obtained:
See VI.4.2
VI.5) Date Of Dispatch Of This Notice: 20/01/2014
ANNEX A
I) Addresses and contact points from which further information can be obtained:
HMRC
5th Floor West,, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587870, Email: debi.barraclough@hmrc.gsi.gov.uk
Attn: Debi Barraclough
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
HMRC Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
View any Notice Addenda
UK-Salford: Technical testing, analysis and consultancy services.
Section I: Contracting Authority
Title: UK-Salford: Technical testing, analysis and consultancy services.
I.1)Name, Addresses And Contact Point(s)
HMRC
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587870, Email: e-procurement@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk
Contact: Debi Barraclough, Attn: Debi Barraclough
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: GB- Salford: Representation and Analysis services
II.1.2)Short description of the contract or purchase:
Technical testing, analysis and consultancy services. Composition and purity testing and analysis services. Analysis services. Technical analysis or consultancy services. HMRC is a Government Department principally responsible for the collection, administration and management of revenue from Direct and Indirect Taxes and Duties, combating drug trafficking and enforcing import/export prohibitions.
HMRC has a requirement for a wide range of analytical and representational services covering an extensive range of products as contained within the UK Integrated tariff.
It is essential that the service provider has a full and comprehensive knowledge of the UK Integrated Tariff and general interpretative rules contained within, on which classification decisions are based.
The service provider would provide:
• analytical services to determine the Tariff classification of goods in accordance with EC regulations,
• the assessment levels of individual components of products, such as tobacco.
• Provision of an analytical and advisory service to inform the classification process.
• Provide expert representation at EU meetings and Courts /Tribunals when required.
The client requires the contractor to provide a suitable, secure location to accept deliveries of items by vehicle and hand for examination. The contractor will have secure storage facilities in addition to laboratory facilities and provide results of forensic examinations by the agreed deadlines including any witness statements required.
II.1.3)Common procurement vocabulary:
71600000 - Technical testing, analysis and consultancy services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: SGS-2014-Forensics and Representation-ITT-461
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2014 - 126990
IV.2.3)Notice to which this publication refers
Notice number in OJ: 2014/S 15 - 22857 of 20/01/2014
IV.2.4)Date of dispatch of the original Notice: 20/01/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice:
Place of dates to be modified: section iv 3.4
Instead of: 21/02/2014 Time: 12:00
Read: 26/02/2014 Time: 12:00
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. ((Information about the e-Sourcing application, and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm.) Economic operators who require access to the online tender documentation must send an email to e.procurement@hmrc.gsi.gov.uk any time up to, but no later than 12.00 (midday) on 19 Febuary 2014 . This email should contain (a) the contract reference shown in Section IV.3.1 (File Reference), (b) a contact email address; (c) a contact name; and (d) the company name and contact telephone number. Economic operators who have complied with the foregoing will receive details of how to access the online Tender documentation. (If an email response from HMRC is not received within one working day of your request, re-contact e.procurement@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when the request was first made). Online Tender documentation must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 12.00 midday on 26 February 2014. Tender documentation not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online Tender documentation, please notify the Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the eSourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Awarding Authority 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.” 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=86992131
GO-2014127-PRO-5417273 TKR-2014127-PRO-5417272
VI.5)Date of dispatch: 27/01/2014
View Award Notice
Section I: Contracting Authority
Title: UK-Salford: Technical testing, analysis and consultancy services.
I.1)Name, Addresses and Contact Point(s):
HMRC
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587870, Email: e-procurement@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk
Contact: Debi Barraclough, Attn: Debi Barraclough
Electronic Access URL: www.hmrc.gov.uk
Electronic Submission URL: www.hmrc.gov.uk
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Other: Direct and Indirect taxes
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: GB- Salford: Representation and Analysis services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Technical testing, analysis and consultancy services. Composition and purity testing and analysis services. Analysis services. Technical analysis or consultancy services. HMRC is a Government Department principally responsible for the collection, administration and management of revenue from Direct and Indirect Taxes and Duties, combating drug trafficking and enforcing import/export prohibitions.
HMRC has a requirement for a wide range of analytical and representational services covering an extensive range of products as contained within the UK Integrated tariff.
It is essential that the service provider has a full and comprehensive knowledge of the UK Integrated Tariff and general interpretative rules contained within, on which classification decisions are based.
The service provider would provide:
• analytical services to determine the Tariff classification of goods in accordance with EC regulations,
• the assessment levels of individual components of products, such as tobacco.
• Provision of an analytical and advisory service to inform the classification process.
• Provide expert representation at EU meetings and Courts /Tribunals when required.
The client requires the contractor to provide a suitable, secure location to accept deliveries of items by vehicle and hand for examination. The contractor will have secure storage facilities in addition to laboratory facilities and provide results of forensic examinations by the agreed deadlines including any witness statements required.
II.1.5)Common procurement vocabulary:
71600000 - Technical testing, analysis and consultancy services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 900,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Cost - 50
Technical Merit: specific - 25
Quality - 15
Technical merit :Strategic Requirements - 5
Technical merit : Security - 5
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: SGS-2014-Forensics and Representation-ITT-461
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2013/S 224 - 389974 of 15/11/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 461
Title: Forensic and Representational Services
V.1)Date Of Contract Award: 01/04/2013
V.2) Information About Offers
Number Of Offers Received: 1
Number Of Offers Received By Electronic Means: 1
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Campden BRI (Chipping Campden) Ltd
Postal address: Station Road
Town: Chipping Campden
Postal code: GL55 6LD
Country: United Kingdom
Internet address: www.campdenbri.co.uk
V.4)Information On Value Of Contract
Total final value of the contract
Value: 900,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=102650479
GO-2014617-PRO-5746673 TKR-2014617-PRO-5746672
VI.3.1)Body responsible for appeal procedures:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 30005887870, Email: debi.barraclough@hmrc.gsi.gov.uk, URL: www.hmrc.gov.uk
Body responsible for mediation procedures:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 3000587870, Email: debi.barraclough@hmrc.gsi.gov.uk, URL: www.hmrc.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
See VI.4.2
VI.4)Date Of Dispatch Of This Notice: 17/06/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
The Home Office
C/O HMRC Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom