HMRC Tender for National Haulage and Storage Services
HMRC and the Home Office acting through Border Force are giving potential suppliers notification of an emerging requirement for national haulage and storage services.
United Kingdom-Salford: Cargo handling and storage services
2018/S 177-401355
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
5th Floor West Ralli Quays, 3 Stanley Street
Salford
M60 9LA
United Kingdom
Contact person: Craig Procter
Telephone: +44 3000528926
E-mail: craig.procter@hmrc.gsi.gov.uk
NUTS code: UK
I.1)Name and addresses
Southern House, 7th Floor, Wellesley Grove
Croydon
CR0 1XG
United Kingdom
Contact person: Mark Hill
E-mail: mark.hill5@homeoffice.gsi.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.gov.uk/government/organisations/home-office/about/procurement
I.2)Information about joint procurement
The Home Office Acting Through Border Force
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Inland Pre-Clearance Logistics and Management Services
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
1) Inland Pre-Clearance Logistics and Management Services;
2) Haulage and Storage Services.
II.2.1)Title:
Inland Pre-Clearance Logistics and Management Services
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
II.2.10)Information about variants
II.2.11)Information about options
Please see the specification of requirements.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
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.
II.2.1)Title:
Haulage and Storage Services
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
II.2.10)Information about variants
II.2.11)Information about options
Please see the specification of requirements.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Guidance to register on HMRC’s e-sourcing system can be found via the link below.
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=344800360
GO Reference: GO-2018911-PRO-13174701
VI.4.1)Review body
5W Ralli Quays, 3 Stanley Street
Salford
M60 9LA
United Kingdom
Telephone: +44 300052892
E-mail: craig.procter@hmrc.gsi.gov.uk
VI.5)Date of dispatch of this notice: