Contract notice
Section I: Contracting
authority
I.1) Name and addresses
HMRC
5W Ralli Quays, 3 Stanley Street
Salford
M60 9LA
UK
Contact person: James Drew
Telephone: +44 3000598581
E-mail: james.drew@hmrc.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/hm-revenue-customs
Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.gov.uk/government/organisations/hm-revenue-customs
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 Tax Collection
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Forensic Analysis Services — Digital and Communications
Reference number: SR242692997
II.1.2) Main CPV code
71600000
II.1.3) Type of contract
Services
II.1.4) Short description
The authority requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
The authority requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social, environmental and innovative characteristics
/ Weighting: 5
Quality criterion: Technical Merit – Schedule 2.1 (specification)
/ Weighting: 50
Quality criterion: Technical merit – management activity
/ Weighting: 10
Quality criterion: Technical Merit – ICT product accessibility
/ Weighting: 5
Quality criterion: Technical merit – security
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
This contract will be awarded for 1 year, which an optional 1 + 1 available to the contracting authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
The contracting authority requires the supplier to possess, for the life of the contract, BSEN ISO 9001, ISO 27001 certification or equivalent. Additionally, the contracting authority also requires the supplier to possess, for the life of the contract, ISO 17025 accreditation for the acquisition of data from computers, mobile devices and external storage media.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
‘As stated in Section VI.3), HMRC is using an eSourcing (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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As stated in Section VI.3), HMRC is using an eSourcing (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) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 112-274975
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/02/2020
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/03/2020
Local time: 12:00
Place:
Salford.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
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.
HMRC is conducting this tendering exercise under the OJEU open procedure and is using an eSourcing (eTendering) tool or application. ((Information about the eSourcing 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 e.procurement@hmrc.gov.uk any time up to, but no later than 17.00 on 21.2.2020. 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, re-contact e.procurement@hmrc.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 12.00 on 18.3.2020. 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=471954614
Go reference: GO-2020213-PRO-15985090
VI.4) Procedures for review
VI.4.1) Review body
HMRC
5W Ralli Quays, 3 Stanley Street
Salford
M60 9LA
UK
VI.5) Date of dispatch of this notice
13/02/2020