Supply Integrated Cloud-based Office Productivity Tool
In the context of this ITT a Cloud based office productivity tool refers to the following technologies: Email, Calendar, Document sharing and co-editing.
United Kingdom-Manchester: Software package and information systems
2016/S 106-188228
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
5th Floor West, Ralli Quays, 3 Stanley Street, Salford
Manchester
M60 9LA
UNITED KINGDOM
Contact person: Louise Rayner
Telephone: +44 7900246841
E-mail: louise.rayner@hmrc.gsi.gov.uk
NUTS code: UK
Internet address(es):Main address: https://www.gov.uk/government/organisations/hm-revenue-customs
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
16-SRC-1411 Integrated Cloud-based Office Productivity Tool.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
In the context of this ITT a Cloud based office productivity tool refers to the following technologies:
— Email,
— Calendar,
— Document sharing and co-editing,
— Video conferencing,
— Audio conferencing,
— Instant messaging and presence,
— Office productivity,
— Document storage.
Encapsulating all of the above is the need to have a comprehensive Information Life-cycle Management capability. As such the ITT will look to evaluate the native Rights Management functionality of the various solutions, with the evaluation criteria being weighted appropriately for this mandatory requirement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The provision of Integrated Cloud-Based Office productivity tool as a Software as a Service solution, on the Suppliers Cloud or their Cloud provider. This is for a Windows based desktop estate with 87 000 devices and 75 700 users (HMRC plus Other Government Department users) in approximately 250 locations.
HMRC wishes to evaluate the viability of a wholesale transition to a cloud based office productivity tool that modernises HMRC’s working practices, with the outcome that staff collaborate more effectively.
In the context of this ITT a Cloud based office productivity tool refers to the following technologies:
— Email,
— Calendar,
— Document sharing and co-editing,
— Video conferencing,
— Audio conferencing,
— Instant messaging and presence,
— Office productivity,
— Document storage.
Encapsulating all of the above is the need to have a comprehensive Information Life-cycle Management capability. As such the ITT will look to evaluate the native Rights Management functionality of the various solutions, with the evaluation criteria being weighted appropriately for this mandatory requirement.
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
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 a SAP Ariba e-sourcing tool to manage this procurement. Tenders will not be evaluated unless Tenderers have 1st 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 57 of the Public Contracts Regulations (PCR) 2015 apply. 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. 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. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement.
III.1.2)Economic and financial standing
HMRC is using a SAP Ariba e-sourcing tool to manage this procurement. Tenders will not be evaluated unless Tenderers have 1st 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.
III.1.3)Technical and professional ability
1) Tenderers are requested to provide evidence of previous relevant experience in the last 3 years, demonstrating capacity and ability to provide the required services, inclusive of dates, size/value of contract and customer address/contact names for reference purposes;
2) Tenderers are requested to provide evidence to demonstrate their understanding of, and show how they will implement effective plans to manage any probity and conflict issues 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 the competition, 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.
Section IV: Procedure
IV.1.1)Type of procedure
PIN has already been released on the 20.4.2016 allowing suppliers to express interest.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, HMRC intends to publish the invitation to tender (ITT) document, and the text of any contract awarded, subject to possible redactions at the discretion of HMRC. The terms of the proposed contract will also permit a public sector contracting authority to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority.
The Contracting Authority expressly reserves the right:
(I) Not to award any contract as a result of the procurement process commenced by publication of this notice; and
(II) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential suppliers.
HMRC wishes to award a contract for use by HMRC and the following UK public sector bodies (and any future successors to these organisations): RCDTS (a company limited by guarantee wholly owned by the Contracting Authority and compliant with Regulation 12 of the PCR 2015) and successor or other company or entity controlled by HMRC.
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=199192725
VI.4) Procedures for review:
VI.4.1) Review body:
HMRC, 5W Ralli Quays, Manchester, WN6 9LA, United Kingdom.
Tel. 0161 827 0898.
VI.4.2) Body responsible for mediation procedures:
Not provided.
VI.4.3) Review procedure:
Precise information on deadline(s) for review procedures:
HMRC will incorporate a minimum 10 calendar day standstill period at the time the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be requested from the address at I.1) Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages.
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204638109
GO Reference: GO-2016531-PRO-8291331.
VI.4.1)Review body
5W Ralli Quays
Manchester
WN6 9LA
UNITED KINGDOM
Telephone: +44 1618270898
VI.5)Date of dispatch of this notice:
Related Posts
Supply Customer Relationship Management System
Endpoint Security – Request for Quote
Secure Email and File Transfer Subscription
Managed Data Centre Hosting Services London