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

UK-Salford: Forensic Analysis Services

  • First published: 24 October 2019
  • Last modified: 24 October 2019

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
Authority ID:
AA74628
Publication date:
24 October 2019
Deadline date:
21 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The authority intends to award a single supplier contract for the provision of forensic analysis service. The service consists of 2 elements:

1) HMRC requires a provider to undertake the forensic examination of documents that may include:

(a) determining authorship of hand writing;

(b) identifying artificial or disguised handwriting;

(c) linking documents to printers, copiers or other methods of reproduction including comparison of ink(s);

(d) identifying alterations to documents;

(e) identifying and interpreting indentations in documents;

(f) reconstructing ‘shredded’ documents;

(g) highlighting, to the authority, other evidence that could be obtained from the document, which may prove or disprove allegations relating to the case.

2) HMRC officers may recover items that could contain DNA traces of suspects or others that need to be eliminated from an investigation HMRC requires a provider to:

(a) determine the identification of DNA profiles and provide results for evidential or intelligence purposes;

(b) provide forensic advice to the Authority’s case officers on the identification of material that may be suitable for recovery of DNA and how it shall be collected and preserved;

(c) undertake the recovery and examination of DNA traces and for the input of DNA profiles to the UK National DNA Database (NDNAD);

(d) compare some traces with the UK NDNAD; the supplier must already have, or be in a position to acquire, access to the UK NDNAD;

(e) input DNA profiles, where appropriate to the UK NDNAD;

(f) carry out other forensic techniques on an Ad-hoc basis that may be required.

HMRC requires potential providers to possess BSEN ISO/IEC 17025 certification as required by the forensic regulator, accredited by UKAS or a comparable body.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HM Revenue and Customs

5W Ralli Quays, 3 Stanley Street

Salford

M60 9LA

UK

Contact person: Bhavina Patel

Telephone: +44 7815438343

E-mail: bhavina.patel1@hmrc.gov.uk

NUTS: UK

Internet address(es)

Main address: 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

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:

https://service.ariba.com/Sourcing.aw/ad/s4FullSelfRegister


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 Tax

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

UK-Salford: Forensic Analysis Services

Reference number: SR183695870

II.1.2) Main CPV code

71620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

HMRC are tendering for forensic science analytical services that will support investigations in all operational areas by providing expert testing/examination and reporting on a variety of exhibits. The requirements are for Questioned Documents and DNA Analysis Services.

II.1.5) Estimated total value

Value excluding VAT: 544 000.00  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

71621000

71630000

71900000

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 intends to award a single supplier contract for the provision of forensic analysis service. The service consists of 2 elements:

1) HMRC requires a provider to undertake the forensic examination of documents that may include:

(a) determining authorship of hand writing;

(b) identifying artificial or disguised handwriting;

(c) linking documents to printers, copiers or other methods of reproduction including comparison of ink(s);

(d) identifying alterations to documents;

(e) identifying and interpreting indentations in documents;

(f) reconstructing ‘shredded’ documents;

(g) highlighting, to the authority, other evidence that could be obtained from the document, which may prove or disprove allegations relating to the case.

2) HMRC officers may recover items that could contain DNA traces of suspects or others that need to be eliminated from an investigation HMRC requires a provider to:

(a) determine the identification of DNA profiles and provide results for evidential or intelligence purposes;

(b) provide forensic advice to the Authority’s case officers on the identification of material that may be suitable for recovery of DNA and how it shall be collected and preserved;

(c) undertake the recovery and examination of DNA traces and for the input of DNA profiles to the UK National DNA Database (NDNAD);

(d) compare some traces with the UK NDNAD; the supplier must already have, or be in a position to acquire, access to the UK NDNAD;

(e) input DNA profiles, where appropriate to the UK NDNAD;

(f) carry out other forensic techniques on an Ad-hoc basis that may be required.

HMRC requires potential providers to possess BSEN ISO/IEC 17025 certification as required by the forensic regulator, accredited by UKAS or a comparable body.

II.2.5) Award criteria

Criteria below:

Quality criterion: Social, environmental and innovative characteristics / Weighting: 3

Quality criterion: Technical merit — service requirements / Weighting: 60

Quality criterion: Technical merit — management activity / Weighting: 7

Quality criterion: Technical merit — security and business continuity / Weighting: 10

Cost criterion: Price / Weighting: 20

II.2.6) Estimated value

Value excluding VAT: 544 000.00  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:

The contract will be for a period of 2 + 1 + 1 years (24 + 12 + 12 months). There will be the option extend by 12 months after the initial 24 month term, and a further option to extend by 12 months, after the initial 12-month 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

II.2.14) Additional information

Suppliers need to register on HMRC SAP Ariba portal.

Suppliers will need to register at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full

Once you have registered, please email Bhavina.patel1@hmrc.gsi.gov.uk the following:

— AN number,

— contract title in Section II.1.1),

— contact name and details,

— organisation name,

— to access the event.

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 2 years of trading (or for the period that is available if trading for less than 3 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

Selection criteria as stated in the procurement documents


III.2) Conditions related to 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 069-162396

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

Date: 21/11/2019

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: 21/11/2019

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

24 months.

VI.2) Information about electronic workflows

Electronic ordering will be used

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. Economic operators who wish to view the tender documentation electronically can do so by searching on the contracts finder website: https://www.contractsfinder.service.gov.uk/Search login 48 hours after the dispatch of this notice. HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC’s SAP Ariba) and this must be used to express an interest and/or bid for the opportunity (further information about HMRC’s SAP Ariba is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm) economic operators who have used HMRC’s SAP Ariba previously will be registered as part of the HMRC Ariba supplier network and you should access the system to obtain your 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 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 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). 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 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 account ID’ number, please email Bhavina.patel1@hmrc.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity.

The contract reference shown in Section IV.3.1) of this contract notice

— your HMRC SAP Ariba account ID: AN,

— your organisation’s name,

— your name,

— your email address,

— your telephone number.

Economic operators who have complied with the foregoing will receive an email confirming access to the online questionnaires. If access is not provided within one working day, please contact Bhavina.patel1@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.

Questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12.00 on 21.11.2019. The deadline for clarification questions is 13.11.2019 with responses provided by the 15.11.2019 which will allow the required 6 days for the information to be considered. Tenders not submitted in the required form (or containing the requested information) may be rejected. HMRC 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=426764008

GO Reference: GO-20191021-PRO-15495803

VI.4) Procedures for review

VI.4.1) Review body

HM Revenue and Customs

Salford

UK

Telephone: +44 7815438343

VI.5) Date of dispatch of this notice

21/10/2019

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
71900000 Laboratory services Architectural, construction, engineering and inspection services
71621000 Technical analysis or consultancy services Analysis services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services

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:
bhavina.patel1@hmrc.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.