Trader Support Service

Complete

Value

£370,000,000

Classifications

  • System and support services

Tags

  • tender

Submission Deadline

8 months ago

Published

9 months ago

Description

The TSS supports traders to submit declarations via a digital platform with self-serve guidance and contact centre support on how to complete digital declarations. The service will be free to access for businesses moving goods between Northern Ireland (NI) and Great Britain (GB) under the Windsor Framework.

The Trader Support Service is made up of two key elements:  
- System: A digital platform system to enable traders to submit information to meet requirements under the Windsor Framework. 
- Service: Customer support service, providing information and guidance for businesses on how to submit compliant declarations and the steps they need to take to comply with regulations. This includes self-serve guidance such as written guides, webinars, videos, and process maps, as well as a responsive Contact Centre where traders can raise a range of enquiries.

The future contract is expected to be awarded in November 2025, for commencement of a rigorous mobilisation plan from December 2025. Following mobilisation, the future contract services shall run for an initial period of 5 years, with the option to extend for two further periods of 12 months.

The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ Stage"), which consists of mandatory requirements assessed on a pass/fail basis, and a series of qualitative questions to be evaluated to determine potential suppliers' technical and professional ability. Following evaluation of submitted SQs, HMRC will issue an Invitation to Participate in Competitive Dialogue to shortlisted bidders ("IPCD stage") and subsequently an Invitation to Tender ("ITT Stage"). Full details of the requirements, the SQ and the overall procurement process and how to participate are included in the SQ documents available in the event on the SAP Ariba eSourcing Portal.

Interested suppliers will be required to provide their latest financial accounting information and will have this assessed by the Contracting Authority in line with Regulation 58 of the Public Contracts Regulations 2015 to ensure that the potential future contracting entity has the economic capability to deliver a contract of this size, which has an estimated contract value of circa £370m over its potential 7-year duration (5+1+1).

In line with Regulation 58(8) of the Public Contracts Regulations 2015, the Authority requires that interested suppliers (and for the avoidance of doubt, in the case of consortia this means the contracting entity) have a minimum annual turnover of £50m in order to participate in this Procurement and reserves the right to reject any SQ responses that do not meet this threshold.

Additional information: This procurement will be conducted by way of an eSourcing event using HMRC's SAP Ariba eSourcing Portal. Please ensure you are registered with the eSourcing Portal and have signed a non-disclosure agreement (NDA) to gain access to the procurement documentation when it is released which will contain full details of the requirement. The NDA will be provided once you have confirmed the below details.

If you are not already registered, the registration link is: http://hmrc.sourcing-eu.ariba.com/ad/selfRegistration 

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 [email protected] (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 [email protected], [email protected] and copy in [email protected] with your:

Contract title and Reference
Your organisation's HMRC SAP Ariba account ID
Your organisation name
Your name
Your email address
Your telephone 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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Environment, Build, Support and Administration (EBSA)

The Home Office intends to publish a Tender for the EBSA Procurement under Technology Services 4 (TS4), Lot 5 on 12th December 2025. Deadline: 5th December 2025, all suppliers must: Register an interest at [email protected], requesting the releavnt forms. Make a declaration regarding any conflict of interest (perceived or actual). If you previously attended a Market Engagement Event, your signed Non-Disclosure Agreement (NDA) remains valid for the duration of the procurement. All interested parties must: Sign the Home Office NDA. Review and complete the Conflict of Interest form, declaring either: No conflict, or Conflict identified. If a conflict is declared, the Home Office will decide whether an Ethical Wall Agreement is required. This agreement must outline how the supplier will manage the conflict internally and then be returned for Home Office consideration. All interested parties must return all documents by 5pm 5th December 2025 to receive the ITT pack. Purpose: To ensure an open and transparent procurement process and mitigate any unfair advantage, perceived or otherwise. Description EBSA provides a highly secure and scalable build, test, deployment and run capability for CNI and non-CNI applications for Migration and Borders within the Home Office. EBSA key information • Hosts around 250 programme/product teams, 3,000 users, and major programmes, including Crossing the Border, Electronic Travel Authorisation (ETAs) and Immigration Case Management. • Multiple tenancy in a secure manner that adheres to the security requirements for each programme of work • Provides service management for the hosted tenants. • The existing service is provided by Capgemini. • The successful bidder will be required to provide a product- centric managed service for EBSA, ensuring optimal performance, security, and cost-efficiency. • Responsibilities will include infrastructure platform support, management, monitoring, backup and disaster recovery, compliance, updates, managing & delivering remediation of technical debt etc. • The successful bidder will maintain near 24/7 platform availability, implement best practices as per the policy direction of Home Office Digital and help with cloud strategy, scalability, and resource optimisation for seamless operations. • Working with the Home Office to deliver efficiency improvement and support the 2030 Digital Strategy

Katy Reed

Published 1 day ago
Open

Asset Management and Professional Support Services Framework

This procurement relates to the establishment of a framework for the provision of asset management and professional consultancy services across the property and housing sector. The framework is designed to support Sanctuary Housing and other public sector bodies in accessing high-quality consultancy services to deliver their asset management, compliance, and property development programmes. The framework will offer services nationally, with an estimated value of £40,000,000 exc VAT (£48,000,000 inc VAT) over it's four year term. The framework is a single lot covering Consultancy Services, covering services such as project management, business process re-engineering and service improvement, options appraisals, partnering advisers, procurement services, transformation services, BSA duty holder services, health and safety consultancy, and related disciplines. The framework will be accessible nationally and will allow for both direct award and further competition under the Open Procedure, in accordance with the Procurement Act 2023 and associated Regulations and will be open to all UK public sector bodies (and others as detailed in the procurement documents) to access via an Access Agreement between Sanctuary, the Supplier and Pretium Frameworks Ltd, who Sanctuary has appointed to administer the framework on their behalf. Full details of the scope and requirements of the framework and the procurement process, including how to tender are included within the procurement and tender documents. Sanctuary anticipate appointing ten suppliers to each the framework, but reserve the right to increase this number at their discretion. The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or Tendering for this Framework. 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. it should be noted that neither Devonshires, Pretium or Echelon shall be responsible for any changes made to the documents without the approval or engagement of the authors of the relevant documents at or prior to call off stage. The framework will be open to but not limited to any "Authorised User", which is defined as follows: Authorised User” means any of the following: (i) any entity within the same group of companies as Sanctuary from time to time (a “Sanctuary Member”); (ii) any entity or joint venture company that Sanctuary or any other Sanctuary Member holds an interest in from time to time (a “Sanctuary JV”); (iii) any Social Housing Provider in the United Kingdom (excluding Sanctuary, Sanctuary Members and Sanctuary JVs); (iv) any national, regional or local health authority, including NHS Trusts and Primary Care Trusts; (v) any educational establishment, including but not limited to primary and secondary schools, further and higher education institutions, academies and free schools; (vi) any other “contracting authority” in the UK as defined in the Procurement Act 2023; and (vii) any supply chain member of Sanctuary or of any of the above organisations; and, in the case of the organisations listed in limbs (iii), (iv), (v), (vi) and (vii) above, who has entered into an Access Agreement with Sanctuary;

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete