Award

Trader Support Service

H M REVENUE & CUSTOMS

This public procurement record has 1 release in its history.

AwardUpdate

16 Sep 2024 at 09:00

Summary of the contracting process

H M Revenue & Customs has extended its Trader Support Service contract for an additional 12 months until 31 December 2025. The service is classified under business and management consultancy and related services, with Fujitsu Services Limited as the active supplier. This contract extension is part of ongoing efforts to support traders as new arrangements under the Windsor Framework are implemented. Located in the UK, this procurement process, valued at £509.6 million, falls under the industry category of services and is currently in the Contract Update stage, following the initial award in 2020. The extension ensures continued support for trade between Great Britain and Northern Ireland, mitigating potential disruption.

This contract extension presents a vital opportunity for businesses involved in consultancy services, particularly those specialising in trade, logistics, and customs support. The continued role of Fujitsu Services Limited showcases the need for suppliers with robust experience and specialised knowledge in implementing trade frameworks and supporting governmental initiatives. Businesses that can provide exceptional service delivery and adapt to evolving regulatory requirements will find substantial growth prospects in such government contracts. Engaging in this tender could enhance a business's reputation and capability, securing a foothold in high-value public sector projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Trader Support Service

Notice Description

Lot Information

Lot 1

Continuation of the Trader Support Service for a further twelve (12) months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049b0e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029510-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£509,600,000 £100M-£1B

Notice Dates

Publication Date
16 Sep 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
18 Dec 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
H M REVENUE & CUSTOMS
Contact Name
Not specified
Contact Email
e.procurement@hmrc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2BQ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

FUJITSU SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-049b0e-2024-09-16T10:00:13+01:00",
    "date": "2024-09-16T10:00:13+01:00",
    "ocid": "ocds-h6vhtk-049b0e",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-049b0e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Trader Support Service",
        "classification": {
            "scheme": "CPV",
            "id": "79400000",
            "description": "Business and management consultancy and related services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "Continuation of the Trader Support Service for a further twelve (12) months.",
                "contractPeriod": {
                    "endDate": "2024-12-31T23:59:59Z"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "029510-2024-Doc461267853-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00096056",
                    "name": "FUJITSU SERVICES LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-75846",
            "name": "H M Revenue & Customs",
            "identifier": {
                "legalName": "H M Revenue & Customs",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "100 PARLIAMENT STREET",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "SW1A2BQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "e.procurement@hmrc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement"
            }
        },
        {
            "id": "GB-COH-00096056",
            "name": "Fujitsu Services Limited",
            "identifier": {
                "legalName": "Fujitsu Services Limited",
                "id": "00096056",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Lovelace Road",
                "locality": "Bracknell",
                "region": "UK",
                "postalCode": "RG12 8SN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-63258",
            "name": "HMRC",
            "identifier": {
                "legalName": "HMRC"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-75846",
        "name": "H M Revenue & Customs"
    },
    "contracts": [
        {
            "id": "029510-2024-Doc461267853-1",
            "awardID": "029510-2024-Doc461267853-1",
            "status": "active",
            "value": {
                "amount": 509600000,
                "currency": "GBP"
            },
            "dateSigned": "2020-12-18T00:00:00Z",
            "period": {
                "durationInDays": 360
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "The Trader Support Service (\"TSS\") contract was awarded in 2020 for the period running from January 2020 to 31 December 2022. It contained options to extend for up to two more years. The contract was extended from 1 January 2023 to 31 December 2023 and then again from 1 January 2024 to 31 December 2024. This modification notice is to extend the TSS contract for a further 12 months, from 1 January 2025 to 31 December 2025.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Since the TSS contract was awarded in 2020, new arrangements were agreed to be implemented under the Windsor Framework agreement. This was first discussed in \"Windsor Framework: A new way forward\" policy paper, published on 27 February 2023. In order to continue to support traders as the new Windsor Framework arrangements are implemented, and to ensure a period of stabilisation, HMRC has extended the TSS contract for a further 12 months. The intention is to run a procurement process in the coming months for future delivery of the service after 2025. There is a strong public interest in maintaining a consistent and high-quality service, as TSS is critical to ensuring ongoing support for traders moving goods between Great Britain and Northern Ireland and avoiding any disruption of trade that might otherwise occur. HMRC believes that an extension of the TSS contract for a further 12-month period complies with Regulation 72(1)(b) of the Public Contract Regulation 2015 for the following reasons: 1. The extension is for services that have become necessary and were not included in the initial procurement. The Windsor Framework was agreed after the initial procurement of the TSS contract and therefore the longevity of the service was not known at the time of the procurement. The extension allows for TSS to continue to deliver support to traders beyond the initial period, but with adjustments to take account of Windsor Framework requirements. 2. HMRC has concluded as follows that there are technical and economic reasons why it is impossible to change to a new contractor at the present time, and why a change of contractor would cause significant inconvenience and/ or duplication of costs: a. Windsor Framework implementation requires highly specialised expertise on the arrangements for moving goods between Great Britain and Northern Ireland. The existing TSS contractor and delivery consortium possess such expertise and experience and without this knowledge and awareness it is believed there could be a risk to service quality. Exiting the current TSS contract on 31 December 2024 would risk key contractor staff being unavailable to implement and stabilise Windsor Framework changes. To secure availability of such staff, there is a risk of HMRC needing to pay additional costs whilst funding a transition to a new service and a re-procurement (a duplication of costs). b. Transferring the services to a different contractor before Windsor Framework changes have stabilised would risk disrupting service delivery, especially the reliability and continuity of the service as any new contractor would need to complete the transition at the same time as TSS is being updated to reflect the requirements for Windsor Framework. Support from the current contractor will continue to be required for some time following the Windsor Framework implementation to ensure a stabilised service and finish off any outstanding requirements. This would be challenging for a new contractor to achieve because of the complex nature of the service. Any disruption to the Trader Support Service's ability to support traders could impact the flow of trade between Great Britain and Northern Ireland. c. Work to define the detail of how the Windsor Framework is to be implemented has been an iterative process involving a range of HMRC and external stakeholders. This work is ongoing and will continue into the later stages of 2024 and will inform a final set of requirements for any future Trader Support Service. If HMRC did not extend the contract, it would need to procure a 'like-for-like' service, rather than procuring an adapted service which is better suited to future Windsor Framework requirements and more likely to achieve value-for-money. 3. As the values reflected in this modification notice show, the increase in price does not exceed 50% of the value of the original contract. In summary, a change of supplier cannot be made for technical and economic reasons and would cause significant inconvenience and duplication of costs for HMRC, risking key support to traders whilst they familiarise themselves with the Windsor Framework. A contract extension until 31 December 2025 is compliant with Regulation 72(1)(b) PCR and has the additional benefit of providing HMRC with greater capacity to run a transparent and competitive procurement process for future delivery of TSS after the extension period ends."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:362121-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}