Contract notice
Section I: Contracting
authority
I.1) Name and addresses
HM Revenue and Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street
Salford
M60 9LA
UK
Contact person: Lee Corrigan
Telephone: +44 3000587871
E-mail: e.procurement@hmrc.gsi.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/about/procurement
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/about/procurement
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
Tax Academy End Point Assessor
Reference number: SR227843976
II.1.2) Main CPV code
79635000
II.1.3) Type of contract
Services
II.1.4) Short description
The authority is acting on behalf of HMRC’s Tax Academy, who as training provider has identified a requirement for the services of an end point assessment organisation (EPAO) who will support them in the assessment of:
— the Level 3 public sector compliance investigator/officer apprenticeship standard; and/or
— the Level 4 professional accounting/taxation technician apprenticeship.
These 2 requirements are divided into 2 separate lots.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: Level 3 Public Sector Compliance/Investigator Apprenticeship; and
Lot 2: Level 4 Professional Accounting/Taxation Technician Apprenticeship.
II.2) Description
Lot No: 1
II.2.1) Title
Tax Academy End Point Assessor — Level 3 Public Sector Compliance/Investigator Apprenticeship
II.2.2) Additional CPV code(s)
79635000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
Lot 1: Level 3 public sector compliance/investigator apprenticeship.
The end point assessor will assess tax professional apprentices on the Level 3 Public sector compliance/investigator apprenticeship standard.
The EPAO will be responsible for arranging an appropriate venue to carry out the end point assessment, which will need to include at least one location in the North of England and one in the South of England.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 45
Quality criterion: Security
/ Weighting: 5
Cost criterion: Total cost
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
543 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Potential for 12 months extension.
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
Tax Academy End Point Assessor — Level 4 Professional Accounting/Taxation Technician Apprenticeship Standard
II.2.2) Additional CPV code(s)
79635000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
Lot 2: Level 4 professional accounting/taxation technician apprenticeship
The end point assessor will assess tax professional apprentices on the Level 4 professional accounting/taxation technician apprenticeship standard.
The EPAO will be responsible for arranging an appropriate venue to carry out the end point assessment, which will need to include at least one location in the North of England and one in the South of England.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 45
Quality criterion: Security
/ Weighting: 5
Cost criterion: Total cost
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Potential for 12 months extension.
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:
It is mandatory that the end point assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
The End Point Assessor must comply with, and consent in writing to audits in respect of, all current and future applicable aspects of relevant legislation, including but not limited to:
(a) General Data Protection Regulations (GDPR);
(b) Human Rights Act 1998;
(c) Freedom of Information Act 2000;
(d) The Welsh Language Act 1993 and Measures 2011;
(e) Safeguarding Vulnerable Groups Act 2006;
(f) Employment Rights Act 2002;
(g) Equality Act 2010;
(h) Public Sector Equality Duty (2011) compliance.
The end point assessor must:
— meet the criteria mentioned in the Education Skills Funding Agency’s (ESFA) ‘Conditions for organisations on the register of end-point assessment organisations’ guidance. This document can be found at:
https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/697214/EPAO_Conditions_of_Acceptance_Version_2.2.pdf
III.1.2) Economic and financial standing
List and brief description of selection criteria:
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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
It is mandatory that the end point assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
It is mandatory that the End Point Assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
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 086-206402
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/12/2019
Local time: 16:00
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: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/12/2019
Local time: 16:00
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=443983097
Go reference: GO-20191114-PRO-15572607
VI.4) Procedures for review
VI.4.1) Review body
HMRC
5W Ralli Quays
Salford
M60 9LA
UK
VI.5) Date of dispatch of this notice
14/11/2019