Opportunity

Auctioneer Services

  • H M Revenue & Customs

F02: Contract notice

Notice reference: 2021/S 000-003268

Published 18 February 2021, 12:54pm



Section one: Contracting authority

one.1) Name and addresses

H M Revenue & Customs

5W Ralli Quays, 3 Stanley Street

Salford

M60 9LA

Contact

Jordan Warran

Email

jordan.warran@hmrc.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.gov.uk/government/organisations/hm-revenue-customs

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Auctioneer Services

Reference number

SR448838974

two.1.2) Main CPV code

  • 79342400 - Auction services

two.1.3) Type of contract

Services

two.1.4) Short description

HMRC requires multiple contractors on a regional basis which includes six regional lots to supply auction services.

Lot 1: North of England (North East, North West, Yorkshire and The Humber)

Lot 2: Midlands (East and West Midlands and the East of England)

Lot 3: South of England (South East and South West)

Lot 4: London

Lot 5: Wales

Lot 6: Northern Ireland

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

This requirement will be met by an eSourcing event using HMRC SAP Ariba. Please can you ensure you are registered with the HMRC SAP Ariba to gain access to the procurement tender documentation when it is released which will contain full details of the requirement.

If you are not already registered, the registration link is: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full

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 one 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 jordan.warran@hmrc.gov.uk and copy in e.procurement@hmrc.gov.uk with your account ID number. Once you have complied with the foregoing you will receive an e-mail confirming access to the procurement event once it is built. Further information about HMRC's procurement tool 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 If you have already registered on SAP Ariba then you may also need to re-register on HMRC's SAP Ariba in order to be added to the event.

PLEASE NOTE: The Clarification Period for this tender will be open from 13:00PM on Thursday 18th February 2021 until 17:00PM on Thursday 4th March 2021. You MUST send your Clarification Questions via the messaging portal on Ariba and not via email.

two.1.5) Estimated total value

Value excluding VAT: £2,010,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: North of England (North East, North West, Yorkshire and The Humber)

Lot 2: Midlands (East and West Midlands and the East of England)

Lot 3: South of England (South East and South West)

Lot 4: London

Lot 5: Wales

Lot 6: Northern Ireland

two.2) Description

two.2.1) Title

North of England

Lot No

1

two.2.2) Additional CPV code(s)

  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER

two.2.4) Description of the procurement

HMRC requires a supplier in the North of England to supply auction services.

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

In 2019-2020, the action of auctioneers helped recover over £480k of debt through auctions. Furthermore, 581 cases were paid in full through the actions of the auctioneers before the debtors' items were sold, amounting to over £13m of recovered debt.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Midlands

Lot No

2

two.2.2) Additional CPV code(s)

  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND

two.2.4) Description of the procurement

HMRC requires a supplier(s) in the Midlands (West and East) and East of England to supply auction services.

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

In 2019-2020, the action of auctioneers helped recover over £480k of debt through auctions. Furthermore, 581 cases were paid in full through the actions of the auctioneers before the debtors' items were sold, amounting to over £13m of recovered debt.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

The South of England

Lot No

3

two.2.2) Additional CPV code(s)

  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

HMRC requires a supplier(s) in the South (East and West) of England to supply auction services.

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

In 2019-2020, the action of auctioneers helped recover over £480k of debt through auctions. Furthermore, 581 cases were paid in full through the actions of the auctioneers before the debtors' items were sold, amounting to over £13m of recovered debt.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

London

Lot No

4

two.2.2) Additional CPV code(s)

  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

HMRC requires a supplier(s) in London to supply auction services.

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

In 2019-2020, the action of auctioneers helped recover over £480k of debt through auctions. Furthermore, 581 cases were paid in full through the actions of the auctioneers before the debtors' items were sold, amounting to over £13m of recovered debt.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Wales

Lot No

5

two.2.2) Additional CPV code(s)

  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKL - WALES

two.2.4) Description of the procurement

HMRC requires a supplier(s) in Wales to supply auction services.

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

In 2019-2020, the action of auctioneers helped recover over £480k of debt through auctions. Furthermore, 581 cases were paid in full through the actions of the auctioneers before the debtors' items were sold, amounting to over £13m of recovered debt.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Northern Ireland

Lot No

6

two.2.2) Additional CPV code(s)

  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

HMRC requires a supplier in Northern Ireland to supply auction services.

The auctioneers carry out an auctioneer services including professional advice, auction planning and removal & storage of goods.

The requirement supports HMRCs debt management strategy to recover debt. The auctioneers provide a valuable service to help HMRC recover debt.

In 2019-2020, the action of auctioneers helped recover over £480k of debt through auctions. Furthermore, 581 cases were paid in full through the actions of the auctioneers before the debtors' items were sold, amounting to over £13m of recovered debt.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 March 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 April 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

England and Wales Structure:

-For the purposes of identifying the Areas for which Auctioneer services are required, the Buyer will use Postcodes.

-The Postcodes covered by each area are outlined below:

-Lot 1 Requirements:

Auctioneer Services requirements which are specific to North of England.

Group 1 (BB, BL, CA, CH, DH, FY, L, LA, NE, PR, SR, WA, WN, TD),

Group 2 (BD, DL, HD, HG, HX, LS, TS, WF, YO),

Group 3 (CW, HU, M, OL, SK,)

-Lot 2 Requirements:

Auctioneer Services requirements which are specific to Midlands.

Group 1 (B, CV, DY, HR, TF, WR, WS, WV),

Group 2 (DE, DN, LN, NG, S, ST),

Group 3 (CO, IP, CB, PE, NN, LE)

-Lot 3 Requirements:

Auctioneer Services requirements which are specific to South of England.

Group 1 (AL, CM, HP, LU, MK, SG, SS, WD),

Group 2 (BA, BS, GL, OX, SN, SP),

Group 3 (BH, DT, PO, SO),

Group 4 (BN, CT, GU, ME, RG, RH, SL, TN)

Group 5 (EX, PL, TA, TQ, TR)

-Lot 4 Requirements:

Auctioneer Services requirements which are specific to London.

Group 1 (BR, CR, DA, EC, SE),

Group 2 (E, EN, IG, N, RM),

Group 3 (HA, NW, UB, W, WC),

Group 4 (KT, SM, SW,TW)

-Lot 5 Requirements:

Auctioneer Services requirements which are specific to Wales

Group 1 (CF, LD, NP, SA),

Group 2 (LL, SY)

-This Framework Agreement for Auctioneer Services provides the opportunity for Suppliers to apply for one or more Lots as specified above.

-It is the buyer's intention to award contracts based on Groups of postcodes area within the Lots to separate Suppliers.

-Suppliers intending to bid for Lots and their associated Group postcode area contracts should select their preferred postcode areas in Schedule 3 Charges and Invoicing.

-Postcode groups within Lot will be allocated to Suppliers based on their ranking in terms of their overall score for their proposal, preferences will then be awarded based on the Supplier with the highest ranking who has not already been awarded a group within that Lot.

-Although it is the buyer's intention to award contracts based on postcode area to separate suppliers, the buyer retains the right, at its discretion, to award multiple postcode area Contracts to any individual Supplier (or group of companies where two or more suppliers are within the same group of companies).

Northern Ireland Structure:

Lot 6 Requirement:

Auctioneer Services requirements which are specific to Northern Ireland.

-For the purposes of identifying the Lot for which Auctioneer services are required, the Buyer will use the Postcode areas:

Group 1 (BT).

-Each Lot will be made up of a number of Postcodes areas will be bundled together to make the group within each Region/Area and it is the intention of the Buyer to assign these groups to an individual Supplier.

-Postcode area will be allocated based on the Suppliers ranking in terms of their overall score for their proposal, preferences will then be awarded based on the supplier with the highest ranking.

Should you choose to take part in this Tender Exercise, your responses to the Tender Exercise will be evaluated based on the following weightings:

Selection Questionnaires- 0%

Social, Environmental and Innovative Characteristics- 10%

Technical Merit (Schedule 2.1- Services Description)- 30%

Technical Merit (Management Activity)- 10%

Technical Merit (Security Management)- 10%

Service Requirements (Information Only)- 0%

Cost- 40%

six.4) Procedures for review

six.4.1) Review body

HMRC Commercial Directorate

5W Ralli Quays, 3 Stanley Street

Salford

M60 9LA

Email

jordan.warran@hmrc.gov.uk

Country

United Kingdom