Contract notice
Section I: Contracting
authority
I.1) Name and addresses
HMRC
5th Floor West Ralli Quays, 3 Stanley Street
Salford
M60 9LA
UK
Contact person: Debi Barraclough
Telephone: +44 3000587870
E-mail: debi.barraclough@hmrc.gsi.gov.uk
Fax: +44 3000588482
NUTS: UK
Internet address(es)
Main address: https://www.hmrc.gsi.gov.uk
Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 to:
http://hmrc.supplier-eu.ariba.com/ad/register/SSO
Tenders or requests to participate must be sent to the abovementioned address
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: Direct and Indirect taxes
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
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:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Four (4) UK Regions.
II.2) Description
Lot No: Lot 1 - Northern Ireland
II.2.1) Title
Relocation Services
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the 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: Technical merit — Schedule A service requirements
/ Weighting: 40
Quality criterion: Technical merit Schedule H — I Security and business continuity
/ Weighting: 10
Quality criterion: Social, environmental and innovative characteristics
/ Weighting: 5
Quality criterion: Technical merit — Schedules B — G Management activity
/ Weighting: 5
Cost criterion: Cost effectiveness
/ Weighting: 10
II.2.6) Estimated value
Value excluding VAT:
300 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: 2 - Northern Britain
II.2.1) Title
Relocation Services
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the 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: Technical merit — Schedule A service requirements
/ Weighting: 40
Quality criterion: Technical merit Schedule H — I Security and business continuity
/ Weighting: 10
Quality criterion: Social, environmental and innovative characteristics
/ Weighting: 5
Quality criterion: Technical merit — Schedules B — G Management activity
/ Weighting: 5
Cost criterion: Cost effectiveness
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
1 400 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: Lot 3- Central England
II.2.1) Title
Relocation Services
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the 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: Technical merit — Schedule A service requirements
/ Weighting: 40
Quality criterion: Technical merit Schedule H — I Security and business continuity
/ Weighting: 10
Quality criterion: Social, environmental and innovative characteristics
/ Weighting: 5
Quality criterion: Technical merit — Schedules B — G Management activity
/ Weighting: 5
Cost criterion: Schedule J cost effectiveness
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
2 400 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: Lot 4- Southern England
II.2.1) Title
Relocation Services
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the 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: Technical merit — Schedule A service requirements
/ Weighting: 40
Quality criterion: Technical merit Schedule H — I Security and business continuity
/ Weighting: 10
Quality criterion: Technical merit — Schedules B — G Management activity
/ Weighting: 5
Quality criterion: Social, environmental and innovative characteristics
/ Weighting: 5
Cost criterion: Schedule J cost effectiveness
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
1 900 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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 2 years of trading (or for the period that is available if trading for less than 3 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.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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 027-058818
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/05/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/05/2018
Local time: 12:00
Information about authorised persons and opening procedure:
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) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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 II.1.1 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 1 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 29.5.2018.
The deadline for clarification questions is 17:00 on 17.5.2018 with responses provided by the 21.5.2018 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
GO Reference: GO-2018426-PRO-12309863
VI.4) Procedures for review
VI.4.1) Review body
HM Revenue and Customs
5th Floor West, Ralli Quays
Salford
M60 9LA
UK
Telephone: +44 3000587870
VI.4.2) Body responsible for mediation procedures
HM Revenue and Customs
5W Ralli Quays
Manchester
M60 9LA
UK
Telephone: +44 300587870
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
HMRC will incorporate a minimum 10 calendar days 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 review procedure may be obtained
HMRC
5W Ralli Quays
Manchester
M60 9LA
UK
Telephone: +44 3000587870
VI.5) Date of dispatch of this notice
26/04/2018