Notice Information
Notice Title
Inland Border Facilities (IBF) Enduring Site Services Operator - SR727828024
Notice Description
His Majesty's Revenue & Customs (HMRC) are the UK's tax, payments and customs authority and we have a vital purpose: we collect the money that pays for the UK's public services and give targeted financial support to people. Our vision is to be a trusted, modern tax and customs department. A trusted, modern tax and customs department will fit with the way our customers run their businesses and their lives, reduce the tax gap, enhance the customer experience, keep costs down, and operate in a way that is recognised as fair. It means we'll be on the side of our customers when they're trying their best to get things right, while tackling the small minority who set out to cheat the system. Inland Border Facilities (IBF) are UK Government sites where customs and document checks can take place away from port locations. The facilities act as a government office of departure (for outbound journeys) and a government office of destination (for inbound journeys), where hauliers can start and end journeys when moving goods in and out of the UK, under the Common Transit Convention (CTC). Through this contract opportunity, HMRC has moved away from a currently disaggregated service delivery model to appoint a single national site services operator for the enduring IBF sites to deliver core service pillars of Security Services; Traffic Marshalling Services; Vehicle Inspection Services (including MHE operators); and Hard & Soft FM Services. The appointed supplier will operate IBF sites 24 hours a day, 7 days a week, 365(6) days a year. Customs and document checks on goods remain the responsibility of HMRC and Border Force, and are delivered in-house. The initial contract term is for a period of 3 years, with two options to extend for periods of 1 year each. The potential contract value is PS184.5m. The procurement procedure was a Competitive Procedure with Negotiation (CPN) because the HMRC requirements could not be met without adaptation of readily available solutions and the contract could not be awarded without prior negotiation due to the complexity of those requirements. This procurement and the resulting contract have been run in accordance with HMRC's Supplier Code of Conduct.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-bf10c7a2-f06c-4687-90a1-a01caeea38cf
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a9b0e726-1989-4c4a-a577-79ff0a393409
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation (above threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
- CPV Codes
63100000 - Cargo handling and storage services
63712700 - Traffic control services
75130000 - Supporting services for the government
79500000 - Office-support services
79623000 - Supply services of commercial or industrial workers
79710000 - Security services
79993000 - Building and facilities management services
98362000 - Port management services
Notice Value(s)
- Tender Value
- £184,500,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- £184,500,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Mar 20232 years ago
- Submission Deadline
- 25 Nov 2021Expired
- Future Notice Date
- 12 Oct 2021Expired
- Award Date
- 21 Mar 20232 years ago
- Contract Period
- 30 Jun 2023 - 30 Jun 2026 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- H M REVENUE & CUSTOMS
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SALFORD
- Postcode
- M3 5BS
- Post Town
- Manchester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD34 Greater Manchester South West
- Delivery Location
- Not specified
-
- Local Authority
- Salford
- Electoral Ward
- Blackfriars & Trinity
- Westminster Constituency
- Salford
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a9b0e726-1989-4c4a-a577-79ff0a393409
24th March 2023 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/1609a1ef-cbcb-41ba-bce3-3139e7b70c8f
26th October 2021 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/1fcaae5c-b2b2-400e-a967-8a64f9836631
10th September 2021 - Early engagement notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-bf10c7a2-f06c-4687-90a1-a01caeea38cf-2023-03-24T16:38:12Z",
"date": "2023-03-24T16:38:12Z",
"ocid": "ocds-b5fd17-bf10c7a2-f06c-4687-90a1-a01caeea38cf",
"language": "en",
"initiationType": "tender",
"title": "Inland Border Facilities Operational Site Management & Process Support Services",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2021-10-12T23:59:59+01:00"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1fcaae5c-b2b2-400e-a967-8a64f9836631",
"datePublished": "2021-09-09T12:34:12+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2021-09-10T16:23:07+01:00"
}
]
},
"tender": {
"id": "CW85976",
"title": "Inland Border Facilities (IBF) Enduring Site Services Operator - SR727828024",
"description": "His Majesty's Revenue & Customs (HMRC) are the UK's tax, payments and customs authority and we have a vital purpose: we collect the money that pays for the UK's public services and give targeted financial support to people. Our vision is to be a trusted, modern tax and customs department. A trusted, modern tax and customs department will fit with the way our customers run their businesses and their lives, reduce the tax gap, enhance the customer experience, keep costs down, and operate in a way that is recognised as fair. It means we'll be on the side of our customers when they're trying their best to get things right, while tackling the small minority who set out to cheat the system. Inland Border Facilities (IBF) are UK Government sites where customs and document checks can take place away from port locations. The facilities act as a government office of departure (for outbound journeys) and a government office of destination (for inbound journeys), where hauliers can start and end journeys when moving goods in and out of the UK, under the Common Transit Convention (CTC). Through this contract opportunity, HMRC has moved away from a currently disaggregated service delivery model to appoint a single national site services operator for the enduring IBF sites to deliver core service pillars of Security Services; Traffic Marshalling Services; Vehicle Inspection Services (including MHE operators); and Hard & Soft FM Services. The appointed supplier will operate IBF sites 24 hours a day, 7 days a week, 365(6) days a year. Customs and document checks on goods remain the responsibility of HMRC and Border Force, and are delivered in-house. The initial contract term is for a period of 3 years, with two options to extend for periods of 1 year each. The potential contract value is PS184.5m. The procurement procedure was a Competitive Procedure with Negotiation (CPN) because the HMRC requirements could not be met without adaptation of readily available solutions and the contract could not be awarded without prior negotiation due to the complexity of those requirements. This procurement and the resulting contract have been run in accordance with HMRC's Supplier Code of Conduct.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "63100000",
"description": "Cargo handling and storage services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
}
]
}
],
"suitability": {
"sme": false,
"vcse": false
},
"datePublished": "2021-10-25T09:54:31+01:00",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "75130000",
"description": "Supporting services for the government"
},
{
"scheme": "CPV",
"id": "79500000",
"description": "Office-support services"
},
{
"scheme": "CPV",
"id": "79623000",
"description": "Supply services of commercial or industrial workers"
},
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "98362000",
"description": "Port management services"
}
],
"minValue": {
"amount": 500000000,
"currency": "GBP"
},
"value": {
"amount": 184500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
"tenderPeriod": {
"endDate": "2021-11-25T14:00:00Z"
},
"contractPeriod": {
"startDate": "2023-07-01T00:00:00+01:00",
"endDate": "2026-06-30T23:59:59+01:00"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1609a1ef-cbcb-41ba-bce3-3139e7b70c8f",
"datePublished": "2021-10-25T09:54:31+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2021-10-26T10:44:07+01:00"
}
]
},
"parties": [
{
"id": "GB-GOR-D25",
"name": "H M Revenue & Customs",
"identifier": {
"legalName": "H M Revenue & Customs",
"scheme": "GB-GOR",
"id": "D25"
},
"address": {
"streetAddress": "1st Floor East, Dearmans Place, Trinity Bridge House",
"locality": "Salford",
"postalCode": "M3 5BS",
"countryName": "England"
},
"contactPoint": {
"name": "Tom Naylor",
"email": "tom.naylor@hmrc.gov.uk",
"telephone": "03000583321"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/hm-revenue-customs"
}
},
{
"id": "GB-COH-00842846",
"name": "Sodexo Limited",
"identifier": {
"legalName": "Sodexo Limited",
"scheme": "GB-COH",
"id": "00842846"
},
"address": {
"streetAddress": "One Southampton Row London WC1B 5HA"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-D25",
"name": "H M Revenue & Customs"
},
"awards": [
{
"id": "ocds-b5fd17-bf10c7a2-f06c-4687-90a1-a01caeea38cf-1",
"status": "active",
"date": "2023-03-21T00:00:00Z",
"datePublished": "2023-03-24T16:38:12Z",
"value": {
"amount": 184500000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-00842846",
"name": "Sodexo Limited"
}
],
"contractPeriod": {
"startDate": "2023-07-01T00:00:00+01:00",
"endDate": "2026-06-30T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a9b0e726-1989-4c4a-a577-79ff0a393409",
"datePublished": "2023-03-24T16:38:12Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "contractSigned",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9e9b388d-a219-4276-9e10-23254ecde04b",
"format": "application/zip"
},
{
"id": "3",
"documentType": "contractSchedule",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c2d342c5-d6bb-4c92-ab16-33a8fe40c465",
"format": "application/pdf"
},
{
"id": "4",
"documentType": "contractSchedule",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0f12082f-dfc4-4dff-b71c-77e6226e59c6",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "contractSchedule",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/30bd0ed8-5aac-4605-91bd-247e2784bf1f",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "contractSchedule",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/75305982-39dc-4ea9-9405-4018d4122d19",
"format": "application/pdf"
}
]
}
]
}