HMRC Auctioneers Services Framework
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in the North of England.
United Kingdom-Manchester: Auction services
2017/S 061-114146
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
5W Ralli Quays
Manchester
M60 9LA
United Kingdom
Contact person: Nic Crowe
Telephone: +44 3000578070
E-mail: Nicholas.Crowe@hmrc.gsi.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.gov.uk/government/organisations/hm-revenue-customs
I.3)Communication
HMRC Ralli Quays, 3 Stanley Street
Salford
M60 9LA
United Kingdom
Telephone: +44 1618270898
E-mail: Nicholas.Crowe@hmrc.gsi.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.contractsfinder.service.gov.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
1701-SCR-SR52906507-Auctioneers Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
HMRC is seeking to establish an auctioneers’ services framework to facilitate the recovery and sale of goods by auction. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents. In Northern Ireland it is expected that prospective suppliers will comply with existing distraint legislation and regulations.
Under the previous iteration of this framework agreement 1 350 assignments were called off in England and Wales in the 2016 calendar year, and a further 135 assignments in Northern Ireland. The above volumes are provided for indicative purposes only and HMRC can make no guarantee for the volume of work that will be made available under the new framework agreement.
II.1.6)Information about lots
II.2.1)Title:
North of England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Yorkshire and the Humber, North West (England), North East (England).
II.2.4)Description of the procurement:
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in the North of England. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.
For the purposes of this framework, North of England is defined as the North East, North West and Yorkshire and the Humber European Parliament constituency regions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that this agreement will be renewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
The Midlands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East of England, East Midlands (England), West Midlands (England).
II.2.4)Description of the procurement:
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in the Midlands region. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.
For the purposes of this framework, the Midlands is defined as the East Midlands, West Midlands and East of England European Parliament constituency regions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that this agreement will be renewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
South of England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South East (England), South West (England).
II.2.4)Description of the procurement:
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in the South of England. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.
For the purposes of this framework, South of England is defined as the South East and South West European Parliament constituency regions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that this agreement will be renewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
London
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in London. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.
For the purposes of this framework, North of England is defined as the London European Parliament constituency regions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that this agreement will be renewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Wales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales.
II.2.4)Description of the procurement:
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in Wales. In England and Wales these services will also include the ability to meet all requirements that enables them to comply with the Taking Control of Goods legislation and have appropriately certificated Enforcement agents.
For the purposes of this framework, Wales is defined as the Welsh European Parliament constituency region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that this agreement will be renewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Northern Ireland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northern Ireland.
II.2.4)Description of the procurement:
HMRC requires the establishment of an auctioneers’ services framework to facilitate the recovery and sale of goods by auction in Northern Ireland. These services will also include the ability to meet all requirements that enables them to comply with current distraint legislation and regulations.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that this agreement will be renewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated that they have the necessary personal standing and are eligible and suitable to be awarded a public contract. Tenderers will therefore be required to provide a statement within an online ‘selection questionnaire’ as to whether any of the circumstances (relating to mandatory and discretionary grounds for exclusion) described in Regulation 57 of the Public Contracts Regulations 2015 apply. Revenue compliance will be considered and checks will be undertaken throughout the tendering exercise, using, as applicable, information from HMRC’s own records. UK applicants will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Overseas or non-UK Tenderers will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. 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. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement.
III.1.2)Economic and financial standing
As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online ‘selection questionnaire’ that they have the necessary economic or financial capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) audited accounts (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 goods and/or service only; and 3) details of Public Liability and Employers Liability Insurance (as applicable) and other relevant insurances. 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.
III.1.3)Technical and professional ability
As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online ‘selection questionnaire’ that they have the necessary technical capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will 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, including (if applicable) details and copy certification relating to formal accreditation held, such as BS, ISO or equivalent; 4) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and 5) a list of professional associations or trade bodies to which the organisation or individuals in the organisation belong. 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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
HMRC reserves the right to utilise eAuctions as part of the ‘call off’ process for assignments from this framework once established..
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Salford.
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
April 2020.
VI.2)Information about electronic workflows
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.
However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Awarding Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (hereafter referred to as HMRC’s instance of SAP Ariba) to facilitate the procurement process and this must be used by economic operators to express an interest and/or bid for the opportunity described in this Contract Notice. (Further information about HMRC’s instance of SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm)
Economic operators who have used HMRC’s instance of SAP Ariba previously: you will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your organisation’s 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
Economic operators using HMRC’s instance of 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 instance of 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.)
As part of the registration process 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 by return 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 1 working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gsi.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 organization’s account ID’ number, please email e.procurement@hmrc.gsi.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity described in this Contract Notice.
The contract reference shown in Section IV.3.1 of this Contract Notice.
Your organization’s HMRC SAP Ariba account ID: ANXXXXXXXXXXX
Your organisation’s name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access the online questionnaires. If access is not provided to the online questionnaires within 1 working day, please contact e.procurement@hmrc.gsi.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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=244666460
GO Reference: GO-2017324-PRO-9868193.
VI.4.1)Review body
5W Ralli Quays
Manchester
M60 9LA
United Kingdom
VI.4.2)Body responsible for mediation procedures
5W Ralli Quays
Manchester
M60 9LA
United Kingdom
VI.4.3)Review procedure
HMRC will incorporate a minimum 10 calendar day 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.5)Date of dispatch of this notice:
Related Posts
Ministry of Defence Vehicle Sales Framework
Leicestershire Police Vehicle Disposal Framework
Scottish Water Framework for Property Auctions
Invitation to Tender for Procurement of an Auction Platform