Provide IT Consultancy to HM Revenue and Customs
HM Revenues and Customs Lead Transformation Partner.
United Kingdom-Salford: Systems and technical consultancy services
2015/S 111-201542
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
HM Revenue and Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street
Contact point(s): e.procurement@hmrc.gsi.gov.uk
M60 9LA Salford
UNITED KINGDOM
Telephone: +44 3000587778
E-mail: e.procurement@hmrc.gsi.gov.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement#esourcing
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
72220000, 72221000, 72246000, 79411000, 71621000, 79410000, 72222100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
HMRC/CDIO needs an injection of strategic level experience and capacity to help manage the exit from a large scale outsourced arrangement that has been in place for 20+ years. HMRC is dependent on its IT services to collect 505 000 000 000 GBP in tax and to administer 43 000 000 000 GBP in benefits each year. The successful supplier must have proven experience of working in a multi-supplier environment, working with internal and external legal teams and suppliers and must have a proven track record of understanding large IT business operations.
HMRC/CDIO needs an injection of strategic level experience and capacity to help HMRC Process Re-engineer and ‘Lean’ its IT operation.
HMRC/CDIO requires a Programme Management Office (PMO) to undertake the management aspects of the programme. It is envisaged that the Lead Transformation Partner will provide leadership of the PMO and work alongside HMRC employees. The leadership must have significant experience of working in large, dynamic, multi-faceted programmes working in organisations that are of national/international scale and importance including major transformation.
Estimated value excluding VAT:
Range: between 5 000 000 and 20 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Any contract/framework awarded will be subject to the Authority’s Conditions of Contract.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
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.
III.2.3)Technical capacity
1) Bidders will be requested to provide 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;
2) Bidders will be requested to provide evidence to demonstrate their understanding of the organisations Procurement Probity Policy (HMRC Terms and Conditions Schedule I) and show how they will implement effective plans to manage any probity issues that may be associated with the work that will be undertaken. Bidders are expressly informed that undertaking particular work in this role may preclude and/or exclude them from being entitled to participate in related future procurements pursuant to Regulations 18, 24, 41 and 57 (8) (e) and (f) of the Public Contracts Regulations 2015, and HMRC will make specific reservations in order to protect future competition(s), prevent distortion of competition and ensure equal treatment of all economic operators;
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) Details of the company’s health and safety policy;
5) Details of environmental policy and copies of any relevant accreditation;
6) A list of professional associations or trade bodies to which your organisation or individuals in your organisation belong.
If a company is a subsidiary, a member of a group or consortia, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.
A Supplier event will be held on the morning of 10.6.2015 between 8:30 and 12:30. Any supplier unable to attend may request the slide deck from the day. The event will be held in London. To register for the Supplier event, please contact sue.hughes1@hmrc.gsi.gov.uk There will be a limit of 1 attendee from each supplier at the event. Please provide details of attendee when registering for the event. Further details of the event, including venue, will be sent following registration. Supplier’s must have registered for the Supplier Event by 16:00 9.6.2015, no further registrations will be accepted after 16:00 9.6.2015.
Tenderers should be aware that following evaluation they may be required to attend an interview in London week commencing 20.7.2015 (date/time/venue to be confirmed following evaluation). Full details of the interview process will be included in the Tendering Instructions.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 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 European Union funds
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, and the contract will be awarded on the basis of the most economically advantageous tender. Any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. (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 have difficulty accessing the online tender documentation must send an email to e.procurement@hmrc.gsi.gov.uk any time up to, but no later than 12:00 on 18.6.2015.
This e-mail should contain:
(a) the contract reference shown in Section IV.3.1 (File Reference),
(b) a contact email address;
(c) a contact name; and
(d) the company name and contact telephone number.
Economic operators who have complied with the foregoing will receive details of how to access the online Tender documentation. (If an e-mail response from HMRC is not received within one working day of your request, re-contact e.procurement@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 17:00 on 9.7.2015. 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.
Tender documentation will be available through the event in HMRC e-sourcing and the requirement is also advertised in Contracts Finder reference ECM 980.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=146650742
GO Reference: GO-201568-PRO-6663342.
VI.4.1)Body responsible for appeal procedures
See VI.4.2
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: