Provide Language Training to HM Revenue and Customs
The service requirement is for language training to prepare members of the UK Civil Service European Fast Stream (EFS) for the technical and language requirements of the Annual Graduate entry.
United Kingdom-Manchester: Education and training services
2015/S 147-271188
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
HM Revenue and Customs
5th Floor West, Ralli Quays, 3 Stanley Street, Salford
Contact point(s): Please refer to section VI.3 (Additional Information) which clarifies the procedure regarding access to submission of tender documentation
For the attention of: James Gadsby
M60 9LA Manchester
UNITED KINGDOM
Telephone: +44 3000587701
E-mail: james.gadsby@hmrc.gsi.gov.uk
Fax: +44 1618270270
Internet address(es):
General address of the contracting authority: www.hmrc.gov.uk
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 24: Education and vocational education services
NUTS code UK
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)
80000000, 79998000, 80300000, 80430000, 80500000, 80510000
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:
Estimated value excluding VAT:
Range: between 400 000 and 600 000 GBP
II.2.2)Information about options
Description of these options: A single extension period of 12 months.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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 or framework agreement 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
Information and formalities necessary for evaluating if the requirements are met:
As stated in Section VI.3), HMRC is using an e-sourcing (e-Tendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have 1st 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.
Minimum level(s) of standards possibly required:
Demonstration of expert knowledge of the Common European Framework of Reference for Languages: Learning, Teaching, Assessment (CEFR).
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
Additional information about electronic auction: HMRC reserves the right to use an electronic auction.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
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. HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an e-Sourcing (e-Tendering) 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 require access to the online tender documentation must send an e-mail to:e.procurement@hmrc.gsi.gov.uk any time up to but no later than 17:00 on 20.8.2015. This email 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 email response from HMRC is not received within 1 working day of your request, recontact: e.procurement@hmrc.gsi.gov.uk (after 1st checking your spam inbox) 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 27.8.2015. 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 e-Sourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). Please note that Schedule A specification forms part of the draft contract attached to the e-Sourcing tool in the RFx attachments section. 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 contractor 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. Please note the requirements regarding clarification questions contained in the instructions to tenderers part of the online tender documentation. Please note that the 5 % weighting relating to technical merit — security and business continuity and social, environmental and innovative characteristics is split equally across 2 sections of the tender, so 2.5 % for technical merit — security and business continuity and 2.5 % for social, environmental and innovative characteristics.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=152712330
GO Reference: GO-2015727-PRO-6849238.
VI.4.1)Body responsible for appeal procedures
See Section VI.4.2)
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: