HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Trader Support Service |
Notice type: | Contract Award Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision of a Trader Support Service for Northern Ireland to enable businesses to meet requirements pertaining to the Northern Ireland Protocol. |
Published: | 27/01/2021 11:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
HMRC
100 Parliament Street, London, SW1A 2BQ, United Kingdom
Tel. +44 7815439810, Email: james.gadsby@hmrc.gov.uk
Main Address: http://www.gov.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
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 activity: Direct & Indirect Taxation
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Trader Support Service
Reference number: Not Provided
II.1.2) Main CPV code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of a Trader Support Service for Northern Ireland to enable businesses to meet requirements pertaining to the Northern Ireland Protocol.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 241,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
79400000 - Business and management consultancy and related services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The Trader Support Service will;
•provide a free end-to-end support package to manage Customs declarations on behalf of traders.
•educate businesses on what the Northern Ireland protocol means for them, and the steps they need to take to comply with it. This will include online training sessions and webinars
•be available to businesses moving goods into Northern Ireland under new processes in the Northern Ireland Protocol that start from 1 January 2021
II.2.5) Award criteria:
Quality criterion - Name: Proposed Operating Model / Weighting: 25
Quality criterion - Name: Core Requirements / Weighting: 30
Quality criterion - Name: Mobilisation of Service / Weighting: 20
Quality criterion - Name: Exit / Weighting: 5
Price - Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend by 1 + 1 years
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2020/S 147-362121
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 18/12/2020
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fujitsu Services Limited, 00096056
22 Baker Street, London, W1U 3BW, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 200,000,000
Total value of the contract/lot: 241,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 72%
Short description of the part of the contract to be subcontracted:
Customs software and community system
Declaration management system
Contact centre solution
Trader registration system
Training services.
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=557670143
VI.4) Procedures for review
VI.4.1) Review body
HMRC
100 Parliament Street, London, SW1A 2BQ, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: HMRC follow the Public Contracts Regulations 2015 which contain details of review procedures. A standstill period of 10 days was observed after the outcome of the competition was communicated to the tenderers.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 27/01/2021