Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

IPC Waste Disposal Service

  • First published: 05 May 2020
  • Last modified: 05 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
HMRC
Authority ID:
AA76521
Publication date:
05 May 2020
Deadline date:
02 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The authority wishes to appoint suppliers who can provide the most economic secure route for destruction and disposal via waste to energy. The mandatory requirements for the services shall include but not be limited to:

• secure destruction and disposal services;

• audit trail for waste destruction and disposal;

• MI reporting.

Enabled for use by the Home Office and WPS (Trading Standards).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HMRC

5W Ralli Quays, 3 Stanley Street, Salford

Manchester

M60 9LA

UK

Contact person: James Drew

Telephone: +44 3000598581

E-mail: e.procurement@hmrc.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/hm-revenue-customs

Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Refuse-and-waste-related-services./32N32ZWJN7


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.contractsfinder.service.gov.uk/Search


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 Taxation

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IPC Waste Disposal Service

Reference number: SR250257051

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a secure, efficient, auditable end to end disposal service for seized and abandoned goods. The contractor will be required to provide secure facilities and procedures, prevent loss, maintain an accurate audit trail of all its activities, ensure that the chain of evidence is maintained, provide destruction certificates, provide value for money and comply with indicative holding timelines. The requirement covers the disposal of both hazardous and non-hazardous goods resulting from HMRC compliance activities with the majority of disposals being generated by Inland-Pre Clearance operations at the newly setup sites at Hayes and Milton Keynes. Income generation from disposals will be expected. Volumes cannot be guaranteed, historical volumes have been used to provide an indication. Estimated value includes call offs beyond the initial framework term of 4 years.

Weightings:

Lot 1: 70 % Price/30 % Quality,

Lot 2: 40 % Price/60 % Quality,

Lot 3: 30 % Price/70 % Quality.

II.1.5) Estimated total value

Value excluding VAT: 9 500 000.00  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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may tender for all three lots, however, lot 3 must be entirely independent of lots 1 and 2 which may be awarded to the same supplier. Bidders are asked to state their preference when submitting their bids.

II.2) Description

Lot No: 1

II.2.1) Title

Secure Waste Destruction and Disposal Services

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

The authority wishes to appoint suppliers who can provide the most economic secure route for destruction and disposal via waste to energy. The mandatory requirements for the services shall include but not be limited to:

• secure destruction and disposal services;

• audit trail for waste destruction and disposal;

• MI reporting.

Enabled for use by the Home Office and WPS (Trading Standards).

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: 4 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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

II.2.1) Title

Secure Waste Processing and Disposal Services

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

The authority wishes to appoint suppliers who can provide secure processing for waste goods prior to destruction and disposal with an increased emphasises on recycling wherever possible and providing rebates to the authority (and/or Client Organisation’s).The mandatory requirements for the services shall include but not be limited to:

• secure processing, destruction and disposal services;

• audit trail for waste processing destruction and disposal;

• MI reporting.

Enabled for use by the Home Office and WPS (Trading Standards).

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: 4 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: 3

II.2.1) Title

Waste Disposal Consultancy and Advisory Services

II.2.2) Additional CPV code(s)

71800000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

The purpose of lot 3 of this framework agreement is to appoint a single supplier who shall be responsible for the provision of entirely independent waste consultancy and advisory services to the authority (and/or Client Organisation’s).

Lot 3 must be entirely separate to lots 1 and 2.

Enabled for use by the Home Office and WPS (Trading Standards).

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: 1 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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 2 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

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/06/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 02/06/2020

Local time: 12:00

Place:

Salford.

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

Any selection of tenderers will be based solely on the criteria set out for the procurement. Economic operators who wish to view the tender documentation electronically can do so by searching on the contracts finder website: https://www.contractsfinder.service.gov.uk/Search login 48 hours after the dispatch of this notice. HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC’s SAP Ariba) and this must be used to express an interest and/or bid for the opportunity. (Further information about HMRC’s SAP Ariba is available on the HMRC website: 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 and 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.gov.uk Economic operators using HMRC’s SAP Ariba for the first time, including suppliers who are already 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 for HMRC’s SAP Ariba, identified with the HMRC logo at the top of the page and to do this you may need to cut and paste the web address directly into your web browser). You will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the ‘registration process is now complete’ and providing you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.

Once you have obtained ‘your account ID’ number, please email e.procurement@hmrc.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity.

The contract reference of this contract notice: IPC Waste Disposal SR250257051

Your HMRC SAP Ariba account ID: AN

Your organisation’s name:

Your name:

Your email address:

Your telephone number:

You must ensure that you express an interest in sufficient time to allow you to submit your bid.

Economic operators who have complied with the foregoing will receive an email confirming access to the online questionnaires. If access is not provided within one working day, please contact e.procurement@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your request for access to the online questionnaires was first made.

Questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12.00 on 2 June 2020. The deadline for clarification questions is 19 May 2020 with responses provided by 27 May 2020 which will allow the required 6 days for the information to be considered. Tenders not submitted in the required form (or containing the requested information) may be rejected. 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.

For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Refuse-and-waste-related-services./32N32ZWJN7

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/32N32ZWJN7

Go reference: GO-2020429-PRO-16460397

VI.4) Procedures for review

VI.4.1) Review body

HMRC

5W Ralli Quays

Salford

M60 9LA

UK

VI.5) Date of dispatch of this notice

29/04/2020

Coding

Commodity categories

ID Title Parent category
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
e.procurement@hmrc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.