Supply Tamper Evident Bags to HMRC
Tamper Evident bags and seals to maintain the chain of evidence.
2016/S 234-426242
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
5th Floor West, Ralli Quays, 3 Stanley Street
Salford
M60 9LA
United Kingdom
Contact person: jessica.goodwin@hmrc.gsi.gov.uk
Telephone: +44 3000587834
E-mail: jessica.goodwin@hmrc.gsi.gov.uk
NUTS code: UK
I.1)Name and addresses
Olympic House, Olympic Park, Longbarn Boulevard, Woolston Grange
Warrington
WA2 0XA
United Kingdom
Contact person: Marian McIntyre
Telephone: +44 1925896420
E-mail: marian.mcintyre@nca.x.gsi.gov.uk
NUTS code: UK
I.2)Joint procurement
I.3)Communication
Ralli Quays, 3 Stanley Street
Salford
M60 9LA
United Kingdom
E-mail: jessica.goodwin@hmrc.gsi.gov.uk
NUTS code: UK
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
1602-SCR-1350-Evidence Preservation Products-OJEU.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
HM Revenue and Customs are responsible for the investigation of major smuggling and Fraud and any international elements of these crimes. The National Crime Agency leads UK law enforcement’s fight against serious and organised crime. In the course of an investigation, materials and other evidence may be collected which will require forensic examination/analysis that will contribute to the intelligence relating to the case. In order to support these investigations and to provide evidence for production in court, the Client requires evidence preservation products, including but not restricted to Tamper Evident bags and seals to maintain the chain of evidence.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
HM Revenue and Customs and National Crime Agency have a requirement throughout the UK, (including Scotland and Northern Ireland) for the provision and delivery of evidence preservation products covering the following groups of products: Tamper evident bags and seals, polybags, 4G signal blocking bags, fingerprinting products, nitrile gloves, suction bottles, cable ties and pipettes. This list is to provide tenderers with an indication and is not intended to be exhaustive.
There is a requirement for a customer service aspect to the contract with access to customer support between the hours of 8:00 and 18:00.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
a) There is an option of a 1-year extension period beyond the initial primary term.
b) The contract will be enabled for use by the following organisations via the provision of a Customer Access Agreement
Border Force.
Immigration and Enforcement.
Centre for Applied Science and Technology.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated that they have the necessary personal standing and are eligible and suitable to be awarded a public contract. Tenderers will therefore be required to provide a statement within an online ‘selection questionnaire’ as to whether any of the circumstances (relating to mandatory and discretionary grounds for exclusion) described in Regulation 23 of the Public Contracts Regulations 2006 apply.
III.1.2)Economic and financial standing
HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online ‘selection questionnaire’ that they have the necessary economic or financial capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) audited accounts (to include balance sheet and statement of profit and loss) and/or similar financial statements or information; 2) statement of turnover in respect of the required goods and/or service only; and 3) details of Public Liability and Employers Liability Insurance (as applicable) and other relevant insurances. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate. Revenue compliance will be considered and checks will be undertaken throughout the tendering exercise, using, as applicable, information from HMRC’s own records. UK applicants will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Overseas or non-UK Tenderers will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes.
III.1.3)Technical and professional ability
HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online ‘selection questionnaire’ that they have the necessary technical capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) details of the principal business areas(s) in which the company is engaged and its structure, site locations and facilities; 2) evidence of previous relevant experience in the last 3 years, demonstrating capacity and ability to provide the required goods and/or services, inclusive of dates, size/value of contract and customer address/contact names for reference purposes; 3) details of quality systems in place, including (if applicable) details and copy certification relating to formal accreditation held, such as BS, ISO or equivalent; 4) information relating to compliance with Health and Safety, Equalities and Environmental legislation; and 5) a list of professional associations or trade bodies to which the organisation or individuals in the organisation belong. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.
III.2.2)Contract performance conditions:
HMRC operates an Enterprise Resource Planning (electronic trading/ordering) system and has a Purchase Order Mandatory Policy. Successful tenderers will be required to provide information so that they can be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
HMRC will be using an e-sourcing (e-tendering) tool/application for this procurement. This prevents any information provided by the applicant or tenderer from being viewed by the authority until the e-sourcing event is closed. The e-sourcing (e-tendering) application will display the closing date and time for this particular tendering exercise within the event. The close time will be the earliest point at which the HMRC nominated or a tender defined evaluation team member will be able to open and view the tender responses. Therefore, the opening time for tenders will coincide with the close date and time for the event and all tenders will become visible to the HMRC nominated or event defined tender evaluation team in any place that provides access to the e-sourcing tool/application at that time”.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
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. HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. Tenderers must register on the eSourcing portal:http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full (Information about the e-Sourcing application, and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm ) Economic operators who require access to the online tender documentation must send an email to jessica.goodwin@hmrc.gsi.gov.uk any time up to, but no later than 17:00 on Thursday 5.1.2017. This email should contain (a) the contract reference shown in Section II 1.1) (File Reference), (b) a contact email address; (c) a contact name, (d) the company name and contact telephone number; and (e) the Ariba HMRC ANID number. Economic operators who have complied with the foregoing will receive details of how to access the online Tender documentation. (If an email response from HMRC is not received within one working day of your request, re-contactjessica.goodwin@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when the request was first made). Online Tender documentation must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 14:00 on Friday 13.1.2017. Tender documentation not submitted in the required form (or containing the requested information) may be rejected (when requesting access to the online Tender documentation, please notify the authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the eSourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The awarding authority does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary”.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=229426330
GO Reference: GO-2016121-PRO-9177991.
VI.4.1)Review body
Ralli Quays, 3 Stanley Street
Salford
M60 9LA
United Kingdom
Telephone: +44 3000587834
E-mail: jessica.goodwin@hmrc.gsi.gov.ukInternet address:www.hmrc.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Hostile Environment Training Tender
Tender for Security Services in London
Provide Manned Guarding Services to Bournemouth University
Provide Security Intelligence Services to HS2