Contract notice
Section I: Contracting
authority
I.1) Name and addresses
HM Revenue & Customs HMRC
5W Ralli Quays, 3 Stanley Street
Salford
M60 9LA
UK
Contact person: Tony Fellowes
Telephone: +44 3000587724
E-mail: tony.fellowes@hmrc.gsi.gov.uk
NUTS: UKD3
Internet address(es)
Main address: www.hmrc.gsi.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.contractsfinder.service.gov.uk/Search
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
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
1703-PSCR-SR65976229-HR OD Support Services.
II.1.2) Main CPV code
79996000
II.1.3) Type of contract
Services
II.1.4) Short description
HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change management expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in ‘OD Road Maps’ as developed in a previous exercise (Phase 1).
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Organisational Design, Development and Implementation Services
II.2.2) Additional CPV code(s)
79996000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
LONDON.
II.2.4) Description of the procurement
HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in the ‘OD Road Maps’ developed in a previous exercise (Phase 1).
The service provider shall:
Provide its expert experience to support HMRC to deliver a future proof design whilst transferring relevant skills to HMRC personnel to leave a legacy of design expertise;
Provide option papers and cost benefit analysis of different types of models ensuring HMRC makes informed decisions;
Provide a design that fits current requirements but also allows flexibility for changes in HMRC requirements; and
Have a proven record and capacity to deliver rapid, agile and digital progress of the development and design of the new organisational design.
HMRC will project manage the overall project but the partner will be required to provide the resource and the plan to manage their consultants and work, feeding into the overall HMRC project.
No guarantee is given to the volume or value of the services required during the full term of the Framework, but for the period up to March 2018 the estimated value of work for both lots is 800 000 GBP. The maximum value of work that may be commissioned through the framework is 4 000 000 GBP but the actual total value is likely to be less than this.
Tenderers are only be able to apply for one of the two Lots and will be expected to collaborate with the service provider from the other Lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Merit Specification Requirements
/ Weighting: 55
Quality criterion: Security
/ Weighting: 3
Quality criterion: Social Environmental and Innovative Characteristics
/ Weighting: 2
Cost criterion: Price
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Culture, Values and Behavioural Changes Delivery Services
II.2.2) Additional CPV code(s)
79996000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
LONDON.
II.2.4) Description of the procurement
HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers Culture and values change expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in the ‘OD Road Maps’ developed in a previous exercise (Phase 1).
The service provider shall:
provide its expert experience to support HMRC to deliver a future proof design whilst transferring relevant skills to HMRC personnel to leave a legacy of design expertise;
provide a design that fits current requirements but also allows flexibility for changes in HMRC requirements; and
HMRC will project manage the overall project but the partner will be required to provide the resource and the plan to manage their consultants and work, feeding into the overall HMRC project.
No guarantee is given to the volume or value of the services required during the full term of the Framework, but for the period up to March 2018 the estimated value of work for both lots is 800 000 GBP. The maximum value of work that maybe commissioned through the framework is 4 000 000 GBP but the actual total value is likely to be less than this.
Tenderers are only be able to apply for one of the two Lots and will be expected to collaborate with the service provider from the other Lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Merit Specification Requirement
/ Weighting: 55
Quality criterion: Security
/ Weighting: 3
Quality criterion: Social Environmental and Innovative characteristics
/ Weighting: 2
Cost criterion: Price
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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.1.2) Economic and financial standing
List and brief description of selection criteria:
Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the tender documentation. Potential Tenderers should be aware, however, that they may be required to forward the following information:
(a) A copy of the most recent audited accounts covering the Tenderer's last two years of trading (or for the period that is available if trading for less than two years) or
(b) For the most recent full year of trading, where this information is not available in audited form, a copy of the draft or unaudited financial accounts or equivalent information showing the Tenderer's turnover, profit and loss and cash flow position and an end period balance sheet or, where this cannot be provided, a statement signed by the finance director or similar responsible person detailing any major changes in the current financial position since the date of the latest audited accounts provided.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
For the lot applied for, the Tenderer must have previous experience supporting a large business, 20,000+ employees, in the public or private sector, in implementing a new major organisational design restructure and to transform their culture, values and behavioural change.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
A reverse auction will not be used in the setting up of the framework agreement but the right is reserved to use an e-Auction as part of any call off process.
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:
10/07/2017
Local time: 12:00
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:
10/07/2017
Local time: 12:00
Information about authorised persons and opening procedure:
The contracting authority will be using an e-Sourcing (eTendering) tool/application for this procurement. This prevents any information provided by the applicant or tenderer from being viewed by the contracting authority until the e-Sourcing event is closed. The e-Sourcing (e-Tendering) tool/application will display the closing date and time within the e-Sourcing event. The closed time will be the earliest point at which the nominated or a tender defined evaluation team member will be able to open and view the tenderer 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 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
This is a recurrent procurement:
No
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. The Awarding Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (hereafter referred to as HMRC's instance of SAP Ariba) to facilitate the procurement process and this must be used by economic operators to express an interest and/or bid for the opportunity described in this Contract Notice. (Further information about HMRC's instance of SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm)
Economic operators who have used HMRC's instance of SAP Ariba previously: you will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your organisation's account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk
Economic operators using HMRC's instance of SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (You must ensure that you are directed to the registration page for HMRC's instance of SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser)
As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email by return confirming the ‘registration process is now complete’ and providing you with ‘your organisation's account ID’ number.
If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.
Once you have obtained ‘your organization's account ID’ number, please email e.procurement@hmrc.gsi.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity described in this Contract Notice.
The contract reference shown in Section IV.3.1 of this Contract Notice
Your organisation's HMRC SAP Ariba account ID: ANXXXXXXXXXXX
Your organisation's name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access the online questionnaires. If access is not provided to the online questionnaires within one working day, please contact e.procurement@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your request for access to the online questionnaires was first made.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=262548758
GO Reference: GO-201769-PRO-10387303.
VI.4) Procedures for review
VI.4.1) Review body
HMRC
5W Ralli Quays
Manchester
M60 9LA
UK
Telephone: +44 3000587724
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period at the time of 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 l.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
09/06/2017