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