Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Managed Desktop Services.

  • First published: 23 April 2016
  • Last modified: 23 April 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
HM Revenue and Customs (HMRC)
Authority ID:
AA20770
Publication date:
23 April 2016
Deadline date:
24 May 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

End User Devices

The build, deployment, maintenance and support of end user devices (including mobile devices e.g. Blackberries). Break/fix, 2nd and 3rd line support for all Managed Desktop Services scope. Management of the operational support relationship with vendors. The asset management of all Managed Desktop Services scope for hardware and software. The break/fix and support of presentation/audio-visual equipment for all meeting and training rooms. The support and management of video conferencing equipment/software. Optional support and management of managed printing and application printing services. The ongoing maintenance of the anti-virus client, anti-virus definition file updates, hot-fix and patching activities to maintain the installed fleet of workstations (physical and virtual) to the level agreed with HMRC.

Application Packaging and Deployment.

The provision of an application packaging service including software distribution and support.

IMACDs

Management of all ‘Install, Move, Add, Change and Decommission’ processes for end user devices. Options for secure disposal of hardware and peripherals.

Administrative Infrastructure

The management and support of administrative infrastructure including Active Directory, LDAP Directory Services, Forefront Identity Manager, etc. The management and support of servers relating to the scope of the Managed Desktop Procurement. Specialist support and project work related to integration and support of cloud based mail provider within the HMRC environment, such as management of APIs, client-side add-ins and Global Address List sharing among other functions. Specialist support and project work related to the integration and support of a third-party cloud storage provider, such as management of APIs and data migrations. The provision and support of testing and testbed environments relating to the scope of the Managed Desktop Procurement. Option for managed email service for subset of HMRC users. Option for provision, management and support of CIFS filestore.

Management of infrastructure and content for controlled access to the internet.

Remote Access.

The management and support of the Remote Access Service.

Application Performance Monitoring.

The option for the provision, management and support of end-to-end desktop Application Performance Monitoring.

Virtual Desktop.

The management and support of a virtual desktop environment to be used by other government departments for accessing HMRC applications.

Procurement.

The option to buy additional hardware and software through this contract, as required.

Project Work.

The provision of professional services for project work related to Managed Desktop scope.

Transition & Implementation Services:

The management and delivery of transition and implementation services to enable the commencement and ongoing delivery of the contracted services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HM Revenue and Customs

5th Floor West, Ralli Quays, 3 Stanley Street, Salford

Manchester

M60 9LA

UK

Contact person: Libby Daniels

E-mail: e.procurement@hmrc.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/hm-revenue-customs

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement#esourcing


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: direct and indirect taxes

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Managed Desktop Services.

II.1.2) Main CPV code

72611000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This contract covers a range of commodity services such as management and support of end user devices, application packaging and deployment, IMACD, administrative infrastructure, remote access, application performance monitoring and virtual desktops, but also includes some requirements bespoke to HMRC.

The full scope and requirement is set out in Section II.2. Please note that HMRC is currently undergoing a significant period of transformation, and so some of the details of these requirements (including scope, scale and timings), particularly for those listed as options, may not be available to suppliers until later in the competitive dialogue process.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30200000

32320000

38653400

48000000

50300000

51000000

51310000

51600000

72500000

30120000

30100000

30121000

50310000

50313000

79800000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

End User Devices

The build, deployment, maintenance and support of end user devices (including mobile devices e.g. Blackberries). Break/fix, 2nd and 3rd line support for all Managed Desktop Services scope. Management of the operational support relationship with vendors. The asset management of all Managed Desktop Services scope for hardware and software. The break/fix and support of presentation/audio-visual equipment for all meeting and training rooms. The support and management of video conferencing equipment/software. Optional support and management of managed printing and application printing services. The ongoing maintenance of the anti-virus client, anti-virus definition file updates, hot-fix and patching activities to maintain the installed fleet of workstations (physical and virtual) to the level agreed with HMRC.

Application Packaging and Deployment.

The provision of an application packaging service including software distribution and support.

IMACDs

Management of all ‘Install, Move, Add, Change and Decommission’ processes for end user devices. Options for secure disposal of hardware and peripherals.

Administrative Infrastructure

The management and support of administrative infrastructure including Active Directory, LDAP Directory Services, Forefront Identity Manager, etc. The management and support of servers relating to the scope of the Managed Desktop Procurement. Specialist support and project work related to integration and support of cloud based mail provider within the HMRC environment, such as management of APIs, client-side add-ins and Global Address List sharing among other functions. Specialist support and project work related to the integration and support of a third-party cloud storage provider, such as management of APIs and data migrations. The provision and support of testing and testbed environments relating to the scope of the Managed Desktop Procurement. Option for managed email service for subset of HMRC users. Option for provision, management and support of CIFS filestore.

Management of infrastructure and content for controlled access to the internet.

Remote Access.

The management and support of the Remote Access Service.

Application Performance Monitoring.

The option for the provision, management and support of end-to-end desktop Application Performance Monitoring.

Virtual Desktop.

The management and support of a virtual desktop environment to be used by other government departments for accessing HMRC applications.

Procurement.

The option to buy additional hardware and software through this contract, as required.

Project Work.

The provision of professional services for project work related to Managed Desktop scope.

Transition & Implementation Services:

The management and delivery of transition and implementation services to enable the commencement and ongoing delivery of the contracted services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2017

End: 30/06/2020

This contract is subject to renewal: Yes

Description of renewals:

2 of 12 months each.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As described in the Descriptive Document, PQQ and Tender Documents.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The award criteria will be the most economically advantageous tender in terms of the sole basis award criterion of the best price / quality ratio. It is envisaged that quality will encompass contractual compliance and most appropriate technical solution and compliance with the technical requirements. The Contracting Authority envisages that the price / quality at final tender will be approx.35/65 as updated during the phases of the procurement process.

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 in terms of the sole basis award criterion of the best price / quality ratio.

Any contract or agreement resulting from the Invitation to Submit a Final 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.

A Supplier event will be held prior to the PQQ submission deadline. The date, venue and time will be advised shortly after the publication of this notice and potential suppliers are advised to check regularly for further details. 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 register via email address in section 1. There will be a limit of 3 attendees from each supplier at the event. Please provide details of each attendee when registering for the event. Further details of the event, including venue, will be sent following registration. Suppliers must have registered for the Supplier Event 2 working days prior to the event; registration cannot be guaranteed after this time.

A Descriptive Document is available via the contact details on section 1.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

HMRC is using a SAP Ariba e-sourcing 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 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

List and brief description of selection criteria:

HMRC is using a SAP Ariba e-sourcing 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.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Information and formalities necessary (via PQQ) for evaluating if requirements are met:

1) Tenderers will be requested (via PQQ) 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) Tenderers will be 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.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Performance bonds, bank guarantees or parent company guarantees may be required.

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.

Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No special legal form is required, but each supplier will be required to become jointly and severally liable for the contract before acceptance. If the contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Agreement.

Any contract awarded will be subject to the Contracting Authority's Conditions of Contract.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/05/2016

Local time: 09:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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. Participants are advised that the contract will be awarded for an initial term of 3 years and 3 months (including transition) with an option to extend for a further 1 year, plus 1 year and this will be exercised at the discretion of the Contracting Authority.

Potential suppliers should note that, in accordance with the UK Government's policies on transparency, HMRC intends to publish the pre-qualification questionnaire (PQQ), 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, and any other third parties granted access to HMRC systems within the scope of HMRC Managed Desktop Services.

HMRC is conducting this tendering exercise via the SAP Ariba e-sourcing tool under a Competitive Dialogue procedure in compliance with Regulation 30 of the PCR 2015. ((Information about the SAP Ariba e-sourcing tool, 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 29/04/2016. 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 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 (PQQ) must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 9:00 on 24.5.2016. 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 SAP Ariba e-sourcing tool. 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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=196905936

GO Reference: GO-2016420-PRO-8093113.

VI.4) Procedures for review

VI.4.1) Review body

HM Revenue and Customs

London

UK

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.

VI.5) Date of dispatch of this notice

20/04/2016

Coding

Commodity categories

ID Title Parent category
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
72500000 Computer-related services IT services: consulting, software development, Internet and support
51000000 Installation services (except software) Other Services
51600000 Installation services of computers and office equipment Installation services (except software)
51310000 Installation services of radio, television, sound and video equipment Installation services of communications equipment
50310000 Maintenance and repair of office machinery Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50313000 Maintenance and repair of reprographic machinery Maintenance and repair of office machinery
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30120000 Photocopying and offset printing equipment Office machinery, equipment and supplies except computers, printers and furniture
30121000 Photocopying and thermocopying equipment Photocopying and offset printing equipment
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
38653400 Projection screens Apparatus for photographic laboratories
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
48000000 Software package and information systems Computer and Related Services
72611000 Technical computer support services Computer support services
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
e.procurement@hmrc.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.