News

United Kingdom-Salford: Fuel oils

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 059-109892/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU тАУ with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: HM Revenue and Customs
Postal address: 5th Floor West, Ralli Quays, 3 Stanley Street
Town: Salford
Postal code: M60 9LA
Country: United Kingdom
Contact Person: Debi Barraclough
Telephone: +44 3000587870
Email: Debi.barraclough@hmrc.gsi.gov.uk
Nuts code: UK
Internet address(es):
Main address:

The contract is awarded by central purchasing body
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Other activity: direct and indirect taxes

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Haulage, Storage and disposal of seized fuel product, chemicals and associated equipment.

Reference number: 1609-SCR-SR41405356- Haulage Storage and Disposal
II.1.2) Main CPV code: 09135000
II.1.3) Type of contract: Services
II.1.4) Short Description: HMRC require a contractor to support front line staff in the exercise of their duties, by providing a safe, environmentally friendly service for the uplift, haulage, storage and ultimate disposal of seized fuel products, equipment, associated vehicles and hazardous substances.
II.1.5) Estimated total value:
Value excluding VAT: 6300000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Haulage, Storage and disposal of seized fuel product, chemicals and associated equipment

Lot No:Lot 1 тАФ Northern Ireland
II.2.2) Additional CPV code(s)
90500000, 79723000, 63120000, 09134000, 60100000, 09211820, 44611410

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 require a contractor to support their front line staff in the exercise of the duties, through the provision of effective support services.
The contractor is required to:
* provide a safe environmentally-friendly service for the uplift, haulage, storage and ultimate disposal of seized fuel products, equipment, associated vehicles and hazardous substances;
* ensure the security of seized goods in storage;
* minimise health and safety risks to both HMRC and its contractors involved in the uplift and movement of seized fuel product and the dismantling of illicit fuel plants occasionally in challenging situations.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality of service/Weighting:20Quality criterion -Name: Schedule H Security and Business Continuity/Weighting:15Quality criterion -Name: Contract Response Times/Weighting:10Quality criterion -Name: Health and Safety/Weighting:10Quality criterion -Name: Schedule B-G Management Activity/Weighting:4Quality criterion -Name: Contract Administration/Weighting:5Quality criterion -Name: Social, Environmental and Innovative Characteristics/Weighting:1
Cost criterion -Name: Cost Effectiveness/Weighting:35
II.2.6) Estimated value:
Value excluding VAT: 4000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The initial contract will be for 3 years, however provision will be included for the extension of the contract beyond the primary term for a further 12 months if required.

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.2.1) Title: Haulage, Storage and disposal of seized fuel product, chemicals and associated equipment

Lot No:Lot 2 Great Britain
II.2.2) Additional CPV code(s)
90500000, 79723000, 63120000, 09134000, 60100000, 09211820, 44611410

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 require a contractor to support their front line staff in the exercise of the duties, through the provision of effective support services.
The contractor is required to:
* provide a safe environmentally-friendly service for the uplift, haulage, storage and ultimate disposal of seized fuel products, equipment, associated vehicles and hazardous substances;
* ensure the security of seized goods in storage;
* minimise health and safety risks to both HMRC and its contractors involved in the uplift and movement of seized fuel product and the dismantling of illicit fuel plants occasionally in challenging situations.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality of service/Weighting:20Quality criterion -Name: Schedule H Security and Business Continuity/Weighting:15Quality criterion -Name: Contract Response Times/Weighting:10Quality criterion -Name: Health and Safety/Weighting:10Quality criterion -Name: Schedules B-G Management Activity/Weighting:4Quality criterion -Name: Contract Administration/Weighting:5Quality criterion -Name: Social, Environmental and Innovative Characteristics/Weighting:1
Cost criterion -Name: Cost Effectiveness/Weighting:35
II.2.6) Estimated value:
Value excluding VAT: 2300000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The initial contract will be for 3 years, however provision will be included for the extension of the contract beyond the primary term for a further 12 months if required.

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.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:All activity must comply with: The Carriage of Dangerous Goods and Use of Transportable Pressure Equipment Regulations (Northern Ireland) 2010 Regulations.
The contractor must comply with or meet the good practice for the industry, Secured By Design Commercial (), and the requirement in British Standards such as BS 8220 Part 3, which covers warehouses.
The storage of the seized oils must comply with the health and safety legal requirements of the industry. These include the Environment Agency (see ) and Health and Safety Executive (see ).
The contractor must adhere to the requirements of the UN 13th Edition of the Model Regulations, chapter 1.4, Volume 1 aimed at countering deliberate terrorist activities.
The contractor must adhere to the Convention on Physical Protection of Nuclear Material as it applies to international transport supported by IAEA INFCIRC/225(Rev.4).
The contractor must adhere to CDG Regulations.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Full details regarding legal, economic, financial and technical information to be provided at the tender stage and will be detailed in the tender documentation. Tenders will normally not be fully considered or evaluated unless tenderers have first demonstrated via an online тАШselection questionnaireтАЩ that they have the necessary economic or financial capacity to perform the contract. Potential contractors should be aware however that they may be required to forward 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:
List and brief description of selection criteria: 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 тАШselection questionnaireтАЩ 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 and 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.

III.2.2) Contract performance conditions: 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.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:The authority reserves the right to use e- auctions as part of the tendering or procurement process.
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 223-424883
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-04-13 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:12(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-04-21 Local time: 09:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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. Economic operators who wish to view the tender electronically can view via Contracts Finder website: 48 hours after dispatch of this notice. The Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (referred as HMRCтАЩs SAP Ariba), this must be used by Economic Operators to express an interest and/or bid for the opportunity. (Information about HMRCтАЩs SAP Ariba is at: www.hmrc.gov.uk/about/supplying.htm). Economic operators who have used HMRCтАЩs SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network, you should access the system to obtain your 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. If using HMRCтАЩs SAP Ariba for the first time, including suppliers who are registered on the wider SAP Ariba supplier network, will need to register at (You must ensure that you are directed to the registration page identified with the HMRC logo at the top of the page, you may need to copy the web address directly into your browser). A system generated email will ask you to activate your SAP Ariba supplier account by verifying your email address. Upon completion of the activation process a further email will be sent to you confirming тАШregistration process is now completeтАЩ and provide you with тАШyour organisationтАЩs account IDтАЩ number. If an email response from HMRC is not received within one working day of your request, re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after checking your spam in-box) notifying non-receipt and confirming when your registration request was made. Once you have obtained тАШyour account IDтАЩ number and it is approved, email services.professional@hmrc.gsi.gov.uk no later than 12:00 on 13.4.2017 with the following information as confirmation that you wish to express an interest and/or bid for the opportunity. The contract reference shown in Section II1.1 of this Contract Notice, Your organizationтАЩs HMRC SAP Ariba account ID: AN., Your organisationтАЩs name, Your name, Your email address, Your telephone number.
Economic operators who have complied will receive a confidentiality agreement by email, upon completion, access will be given to the online questionnaires. If access is not provided within 1 working day, contact services.professional@hmrc.gsi.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was made. When requesting access to the online questionnaires, notify HMRC if you have accessibility issues which may prevent you from providing a response using HMRCтАЩs SAP Ariba. This will then allow HMRC to agree with you an appropriate format for you to view and respond.
Expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12:00 on 20.4.2017. The deadline for clarification questions is 13.4.2017 with responses provided by the 14.4.2017 which will allow the required 6 days for the information to be considered by Tenderers. HMRC 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.
To view this notice, please click here:

GO Reference: GO-2017322-PRO-9852631.
VI.4) Procedures for review
VI.4.1) Review body
Official name: HMRC
Postal address: 5W Ralli Quays
Town: Manchester
Postal code: M60 9LA
Country: United Kingdom
Telephone: +44 3000587789
Internet address: www.hmrc.gov.uk

VI.4.2) Body responsible for mediation procedures
Official name: HMRC
Postal address: Ralli Quays, 3 Stanley Street
Town: Salford
Postal code: M60 9LA
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.4.4) Service from which information about the review procedure may be obtained
Official name: HMRC
Town: Salford
Country: United Kingdom
Internet address: www.gov.uk
VI.5) Date of dispatch of this notice:2017-03-22

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy