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

Inland Pre-Clearance Logistics and Management Services

  • First published: 14 September 2018
  • Last modified: 14 September 2018

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:
HM Revenue and Customs (HMRC)
Authority ID:
AA20770
Publication date:
14 September 2018
Deadline date:
26 September 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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: Craig Procter

Telephone: +44 3000528926

E-mail: craig.procter@hmrc.gsi.gov.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

The Home Office acting through Border Force

Southern House, 7th Floor, Wellesley Grove

Croydon

CR0 1XG

UK

Contact person: Mark Hill

E-mail: mark.hill5@homeoffice.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/home-office/about/procurement

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

The Home Office Acting Through Border Force

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://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


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 and duties

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

 

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: 190 000 000.00  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:

1) Inland Pre-Clearance Logistics and Management Services;

2) Haulage and Storage Services.

II.2) Description

Lot No: 1

II.2.1) Title

Inland Pre-Clearance Logistics and Management Services

II.2.2) Additional CPV code(s)

60100000

63120000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the 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: 150 000 000.00  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

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

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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.

Lot No: 2

II.2.1) Title

Haulage and Storage Services

II.2.2) Additional CPV code(s)

60100000

63120000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the 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: 40 000 000.00  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

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

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

Selection criteria as stated in the procurement documents


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

Competitive procedure with negotiation - Accelerated procedure

Justification:

Due to unforeseen circumstances beyond HMRC's control, it would not be practicable to deliver this business critical requirement in the usual procurement timescales.

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 26/09/2018

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 28/09/2018

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

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

GO Reference: GO-2018911-PRO-13174701

VI.4) Procedures for review

VI.4.1) Review body

HM Revenue and Customs

5W Ralli Quays, 3 Stanley Street

Salford

M60 9LA

UK

Telephone: +44 300052892

E-mail: craig.procter@hmrc.gsi.gov.uk

VI.5) Date of dispatch of this notice

11/09/2018

Coding

Commodity categories

ID Title Parent category
63100000 Cargo handling and storage services Supporting and auxiliary transport services; travel agencies services
60100000 Road transport services Transport services (excl. Waste transport)
63120000 Storage and warehousing services Cargo handling and storage 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:
craig.procter@hmrc.gsi.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.