Courier Services Tender Government Procurement Service
Dedicated courier network services. UK-Liverpool: courier services
2012/S 53-086971
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Government Procurement Service
9th Floor, The Capital, Old Hall Street
Contact point(s): Please refer to Section VI.3 (Additional information) which clarifies the procedure regarding access to and submission of tender documentation
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3454102222
E-mail: supplier@gps.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.buyingsolutions.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.uk
Further information can be obtained from: HM Revenue and Customs
Commercial Directorate, 5W Ralli Quays, 3 Stanley Street
Contact point(s): Ken Webster / Regina Roseff
M60 9LA Salford
UNITED KINGDOM
Telephone: +44 1618270384
E-mail: ken.webster@hmrc.gsi.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: HM Revenue and Customs
Commercial Directorate, 5W Ralli Quays, 3 Stanley Street
For the attention of: Carmel Mannix
M60 9LA Salford
UNITED KINGDOM
Telephone: +44 1618270418
E-mail: carmel.mannix@hmrc.gsi.gov.uk
Tenders or requests to participate must be sent to: HM Revenue and Customs
Commercial Directorate
Salford
UNITED KINGDOM
The contracting authority is purchasing on behalf of other contracting authorities: yes
HM Revenue and Customs
Commercial Directorate
Salford
UNITED KINGDOM
Section II: Object of the contract
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
NUTS code UK
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 30 000 000 and 60 000 000 GBP
— Untracked / tracked items securely to specified locations within a dedicated network at allocated times daily throughout the United Kingdom, including Northern Ireland,
— Tracked items collected from locations inside a dedicated network to be delivered to locations outside the network daily throughout the United Kingdom, including Northern Ireland.
64120000, 64100000, 60161000, 64121000
The intention is that GPS will set up a framework agreement for dedicated courier network services. HMRC and DWP have jointly developed the specification on behalf of GPS and have committed to make use of the services in the framework agreement on award. The framework agreement will be enabled for use by other Government departments, Executive agencies and Non-departmental public bodies. The following link provides a list of potential “clients” who may wish to use the framework agreement: http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm?indexChar=A.
This “open” procurement exercise is intended to establish a framework agreement with a single service provider. The framework agreement period is anticipated to commence July 2012 and will be for a period of 48 months.
HMRC and DWP have committed to establishing call off contracts from the framework agreement. The service commencement date will be subject to an appropriate implementation period, which will be established during the tender process, but will be no later than 1.1.2013. The call off contract period will be for 3 years with an option for a further one year extension.
The dedicated courier network service required by HMRC and DWP is for the movement of approximately 12M internal untracked items, 2M internal tracked items through a network of approx 1500 DWP and 670 HMRC sites, including 3rd party organisation sites, such as suppliers who are business critical. There is also a requirement for approximately 180k of items collected from locations inside the dedicated network to be delivered to locations outside the dedicated network.
The service provider will be required to:
a) Assign an appropriate number of dedicated vehicles for secure collection of items from specified locations at allocated times daily;
b) Provide secure segregated sortation areas at the service provider’s premises(s). Sortation of items will be conducted by dedicated and trained staff;
c) Assign an appropriate number of dedicated vehicles for secure delivery of items to specified locations at allocated times daily;
d) Provide the following additional bespoke services:
— Secure GPS tracked boxes,
— Delivery and collection of paper records to and from Remote storage facilities,
— Collection and Delivery of output from Hewlett Packard Enterprise Services (HPES),
— Distribution from print suppliers for HMRC and DWP,
— Specialist daily movements, for HMRC, in London and other locations; and,
— Screening of couriered mail delivered to DWP headquarters.
Excluding VAT.
Range between 30 000 000 GBP and 60 000 000 GBP.
Options.
No.
Duration of the contract or time-limit for completion.
48 Months
Section III: legal, economic, financial and technical information.
Conditions relating to the contract.
Deposits and guarantees required.
Deposits and guarantees will not be required.
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them.
Clients wishing to make use of the framework agreement will provide financing conditions and or payment arrangements at the call off stage. 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. DWP requires batch loading of invoices as detailed in the tender documents.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded.
Joint and several liability.
No special legal form is required, but each supplier will be required to become jointly and severally liable for the contract before acceptance.
Description of these options: Tenderers must submit a primary response in the requested format. However the authority reserves the right to consider secondary variant bids or alternative proposals submitted in addition to the primary tender, as referred to in the tender documentation.
Section III: Legal, economic, financial and technical information
Description of particular conditions: Any framework agreement awarded will be subject to the authority’s conditions of contract. Any call off contracts will be subject to the authority’s conditions of contract supplemented by any special terms specific to an individual client.
1) Audited accounts for the last two years, 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 service only;
3) Details of relevant insurances held to include, as a minimum, and as applicable, public liability and employers liability insurance. 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.
Minimum level(s) of standards possibly required: Applicants whose turnover is judged to be insufficient to support the area of interest may be excluded from the tendering exercise. Tenderers must be able to demonstrate that they have the economic and financial capacity to cope with potential revenue streams for a contract of this size and it’s unlikely that any organisation with an annual turnover of below.
30 000 000 GBP would be considered, unless supported by parent company guarantees or similar.
As stated in VI.3, the authority is using an e-sourcing (eTendering) tool/application for this procurement. In order for their tender to be fully considered, Tenderers will need to demonstrate that they have the necessary technical capacity to meet the requirements and fulfil the contract. Applicants will be required to complete a selection criteria, technical capacity or ability questionnaire within the e-sourcing event. This will (as a minimum) 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;
4) Information relating to compliance with health and safety, equalities and environmental legislation;
5) A list of professional associations or trade bodies to which your organisation or individuals in your organisation belong. If a company is a subsidiary, a member of a group or consortia, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.
Minimum level(s) of standards possibly required:
At the outset the applicants will need to demonstrate that they would have access to a fleet of dedicated vehicles and a network of secure segregated premises suitable for use in the provision of dedicated courier network service to locations across the United Kingdom including Northern Ireland.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
Technical merit, overarching requirements. Weighting 5
Technical merit, specification of requirements. Weighting 25
Technical merit, security provision. Weighting 10
Environmental characteristics. Weighting 5
Quality. Weighting 10
Cost effectiveness. Weighting 45
Additional information about electronic auction: The authority reserves the right to invite service providers who best meet the selection/award criteria to take part in a reverse auction as part of the process to award the agreement/contract to the most economically advantageous tender in terms of the stated criteria and weightings.
Prior information notice
Notice number in the OJEU: 2011/S 246-399678 of 22.12.2011
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: HMRC will be using an e-sourcing (e-tendering) tool/application for this procurement on behalf of GPS. The eSourcing tool prevents any information provided by the applicant from being viewed until the 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 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 evaluation team in any place that provides access to the e-sourcing tool/application at that time.
Section VI: Complementary 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, and the contract will be awarded on the basis of the most economically advantageous tender. HMRC is using an e-Sourcing (eTendering) tool/application for this procurement on behalf of GPS. Consequently formal applications are to be submitted by completing online questionnaires. Information about the e-Sourcing tool/application can be obtained from the HMRC website:http://www.hmrc.gov.uk/about/esourcing/index.htm. Economic operators intending to submit a formal application and therefore requiring access to the tender documentation must send an e-mail to e.procurement@hmrc.gsi.gov.uk any time up to, but no later than 20.4.2011. This e-mail should be entitled Dedicated Courier Network Services and must contain the following details: contact e-mail address; contact name; company name and contact telephone number.
Economic operators who have complied with the foregoing will receive details of how to access the online questionnaires. (If an e-mail response from HMRC is not received within one working day of your request, please check your spam filters before recontacting e.procurement@hmrc.gsi.gov.uk notifying non-receipt and confirming when the request was first made). Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than the close time specified within the event. It is the responsibility of applicants to ensure that they access the tender documentation promptly in order to give themselves sufficient time to provide a full and accurate tender response. Applications not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online questionnaires, please notify the authority if you have any accessibility issues (disabilities), which may prevent you from providing a high quality response using the e-sourcing tool/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 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 contracting 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 Race Relations Act1976, as amended by the Race Relations (Amendment) Act 2000 (RRA), gives the authority a statutory duty to promote race equality. In order to fully comply with its duty under the RRA, the authority will take steps to ensure that its procurement activity and resulting contracts also promote race equality. Go Reference: GO-2012314-PRO-3784613.
Any appeal should be instigated in the first instance in writing and submitted to the Authority via the messaging facility in the e-Sourcing tool.
VI.5)Date of dispatch of this notice:14.3.2012