HMRC: DWP IT Transformation Programme – Hosting Stream – Transactional Print Sub Stream

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: DWP IT Transformation Programme – Hosting Stream – Transactional Print Sub Stream
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: DWP Transactional Bulk Print Services are currently provided through DWP’s Standard Services Business Allocation (SSBA) contract which expires on 23 February 2015. Transactional Print is a very important customer facing service which each year generates over 500 million A4 pages of customer notifications and internal reports, which primarily communicate important information about customer entitlement to benefit, covering a myriad of customer groups which include: all DWP operational areas (including Child Maintenance Group), Shared Services (Financial Services Branch), HMRC (Child Benefit), Northern Ireland Social Security Agency, Service Personnel and Veterans Agency (War Pensions) and Debt Management. All outputs are currently generated from two long standing Print Centre’s based at Clarke House Norcross and Durham House Washington. DWP are currently undertaking a large scale IT Transformation Programme (ITTP) within which the Transactional Print Service is being disaggregated from the wider Hosting contract where it currently sits. This requirement is being taken to market via open competition which will result in a direct DWP award, enabled to allow other areas of DWP and/or Other Government Departments to utilise this contract should it fit requirements. The Requirement:The contract will cover the large scale transactional bulk printing, mail sorting, and presentation for distribution into the postal network of DWP customer letters and internal reports, together with collation and insertion into the envelopes of associated leaflets or other printed information to contracting authority customers. There will be a requirement for the supplier to work closely with the contracting authorities in order to transform their communications to customers via a variety of media utilising both hard copy and digital. The contract covers both mainland UK and Northern Ireland. Operation covers: • The extraction and manipulation of customer specific data, generated from front line operational processing systems.• Printing of software application generated documents specifically in line with operational business rules i.e. customer notifications • Enveloping of printed outputs together with inclusions specified by the software application i.e. inserts, reply envelopes• Mail sorting of sealed envelopes and despatch preparation ready for collection by one or more postal carriers (postal channels are out of scope of this contractual arrangement and covered under the Mail and Office Services contract).• A small percentage of insert printing primarily for customers living in Northern Ireland. What we are looking for:• The robust delivery of a disaggregated future Print contract, which is flexible enough to accommodate Transformational changes to the current DWP Print Service. Transformation is required as a result of the desire to move towards electronic outputs, standardise file output types, innovate process and develop a true commodity based service with a reduction in bespoke DWP processing elements.• To focus on business continuity as a priority during the transition period and beyond, maintaining robust accurate outputs whilst safeguarding customer data. • A demonstration of the flexibility to accommodate increases in output volumes during the peak Welfare Reform migration and take on period. • To accommodate outcome from a review the long term Print Centre estates position with regard to future proofing accommodation as we move into a more digital DWP era and reduce the requirement for hard copy outputs. • To seek to further modernise the current Print service by taking advantage of latest technological advances, moving away from aspects of organically grown processes into common market standards, readily transportable at the end of the new contract term. • To implement a reduction in the current Print disaster recovery service in line with specified DWP requirements and operational priorities. • To provide value for money pricing which in turn will contribute to DWP efficiency targets. Exact specification included in the Invita
Published: 25/09/2014 16:42

View Full Notice

UK-Warrington: Printing services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Department for Work and Pensions
      301 Bridgewater Place, Warrington, WA3 6XF, United Kingdom
      Tel. +44 1925845406, Email: Janet.Fletcher1@dwp.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/department-for-work-pensions
      Attn: Janet Fletcher
      Electronic Access URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
      Electronic Submission URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: DWP IT Transformation Programme – Hosting Stream – Transactional Print Sub Stream
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 15

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Printing services. Printed books, brochures and leaflets. Security-type printed matter. Services related to printing. Printing and distribution services. Facilities management services involving computer operation. Composition services. DWP Transactional Bulk Print Services are currently provided through DWP’s Standard Services Business Allocation (SSBA) contract which expires on 23 February 2015. Transactional Print is a very important customer facing service which each year generates over 500 million A4 pages of customer notifications and internal reports, which primarily communicate important information about customer entitlement to benefit, covering a myriad of customer groups which include: all DWP operational areas (including Child Maintenance Group), Shared Services (Financial Services Branch), HMRC (Child Benefit), Northern Ireland Social Security Agency, Service Personnel and Veterans Agency (War Pensions) and Debt Management. All outputs are currently generated from two long standing Print Centre’s based at Clarke House Norcross and Durham House Washington. DWP are currently undertaking a large scale IT Transformation Programme (ITTP) within which the Transactional Print Service is being disaggregated from the wider Hosting contract where it currently sits. This requirement is being taken to market via open competition which will result in a direct DWP award, enabled to allow other areas of DWP and/or Other Government Departments to utilise this contract should it fit requirements. The Requirement:The contract will cover the large scale transactional bulk printing, mail sorting, and presentation for distribution into the postal network of DWP customer letters and internal reports, together with collation and insertion into the envelopes of associated leaflets or other printed information to contracting authority customers. There will be a requirement for the supplier to work closely with the contracting authorities in order to transform their communications to customers via a variety of media utilising both hard copy and digital. The contract covers both mainland UK and Northern Ireland. Operation covers: • The extraction and manipulation of customer specific data, generated from front line operational processing systems.• Printing of software application generated documents specifically in line with operational business rules i.e. customer notifications • Enveloping of printed outputs together with inclusions specified by the software application i.e. inserts, reply envelopes• Mail sorting of sealed envelopes and despatch preparation ready for collection by one or more postal carriers (postal channels are out of scope of this contractual arrangement and covered under the Mail and Office Services contract).• A small percentage of insert printing primarily for customers living in Northern Ireland. What we are looking for:• The robust delivery of a disaggregated future Print contract, which is flexible enough to accommodate Transformational changes to the current DWP Print Service. Transformation is required as a result of the desire to move towards electronic outputs, standardise file output types, innovate process and develop a true commodity based service with a reduction in bespoke DWP processing elements.• To focus on business continuity as a priority during the transition period and beyond, maintaining robust accurate outputs whilst safeguarding customer data. • A demonstration of the flexibility to accommodate increases in output volumes during the peak Welfare Reform migration and take on period. • To accommodate outcome from a review the long term Print Centre estates position with regard to future proofing accommodation as we move into a more digital DWP era and reduce the requirement for hard copy outputs. • To seek to further modernise the current Print service by taking advantage of latest technological advances, moving away from aspects of organically grown processes into common market standards, readily transportable at the end of the new contract term. • To implement a reduction in the current Print disaster recovery service in line with specified DWP requirements and operational priorities. • To provide value for money pricing which in turn will contribute to DWP efficiency targets. Exact specification included in the Invitation to Tender suite of documentation. DWP also reserves the right to undertake E-auction in any procurement, should we decided this is applicable. This contract will be available for use by the following contracting bodies:• The use of the Department for Work and Pensions (DWP), its Executive Agencies and those Non-Departmental Public Bodies (NDPBs) sponsored by DWP. Further information including a list of such Agencies and Public Bodies can be viewed by selecting ‘About DWP’ on the Departmental website at www.dwp.gov.uk andNorthern Ireland Department for Social Development (DSD) “DSD” The Department for Social Development acting for and on behalf of the Social Security Agency (Northern Ireland). Further information on this department can be viewed at: www.dsdni.gov.ukand Any Other Government Department or Executive Agency wishing to use this contract to meet their respective service requirements. Further information on the full list can be viewed at: Public Sector Classification Guide http://www.ons.gov.uk/ons/search/index.html?pageSize=50&sortBy=none&sortDirection=none&newquery=Public+Sector+Classification+Guide
         
      II.1.6)Common Procurement Vocabulary:
         79810000 - Printing services.
         
         22100000 - Printed books, brochures and leaflets.
         
         22450000 - Security-type printed matter.
         
         79820000 - Services related to printing.
         
         79824000 - Printing and distribution services.
         
         72514100 - Facilities management services involving computer operation.
         
         79822000 - Composition services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The contracting authority makes absolutely no guarantee on either the value of this contract or volumes contained. Volumes contained are indicative only, estimated at 500 million A4 pages of transactional Print annually (UK and Northern Ireland). These volumes will be subject to change, the Cost Model Document contained within the Invitation to Tender Pack gives indicative volumes, and the associated pricing will be agreed between the Authority and Supplier on each and every anniversary year during the total lifetime of the contract.                  
         Estimated value excluding VAT:
         Range between: 100,000,000 and 250,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: At the end of the initial 5 year contract term, DWP may wish to extend the contract by an additional 1 year, with a further option to extend for another 1 year. This extension is not guaranteed.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Parent company guarantees, performance bonds or deposits may be required prior to contract signature.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Full details of the above are contained within the Invitation to Tender document set. Available through Emptoris, http://www.hmrc.gov.uk/about/supplying.htm
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The contracting authority will only contract with a single legal entity and any consortium will be required to set up such an entity, for example a Special Purpose Vehicle, as a condition of and prior to contract award.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Information and formalities necessary for evaluating if requirements are met:Any supplier may be disqualified if any of the circumstances listed in Article 45 of the Public Procurement Directive 2004/18/EC (Regulation 23 of the UK Public Contracts Regulations 2006) apply to their organisation and suppliers will be asked to complete an appropriate declaration, which will be provided at tender stage.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the Invitation to Tender documents, which are available to download on Emptoris from 26 September 2014.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the Invitation to Tender documents, which are available to download on Emptoris from 26 September 2014.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Yes       
            If yes, additional information about electronic auction
            DWP are considering the use of an electronic auction for DWP Transactional Print procurement at this time but this is not guaranteed. DWP will inform bidders at the point the Invitation to Tender documentation is issued if an electronic auction will be used.

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: UI DWP 100922      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Notice on a buyer profile
            Notice number in OJEU: 2014/S 12 - 16990 of 15/01/2014
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 23/10/2014
      Time-limit for receipt of requests for documents or for accessing documents: 15:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 31/10/2014
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Date: 31/10/2014
         Time: 12:00
         Persons authorised to be present at the opening of tenders: Yes
            Tenders will be open by Crown Commercial Services bid manager on behalf of DWP.


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: Estimated timing for further notices to be published: 5 years
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.Crown Commercial Services on behalf of DWP This procurement will be managed electronically via HM Revenue & Customs e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.If you have not yet registered on the eSourcing Suite, this can be done by emailing: e.procurement@hmrc.gsi.gov.ukYour email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.Further details about the eSourcing system can be found in the Suppliers guide for selling to HM Revenue & Customs using the following link:http://www.hmrc.gov.uk/about/supplying.htmFor technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk : 03000 587778email: e.procurement@hmrc.gsi.gov.ukALL tender documentation will be downloadable from the Emptoris website and should be uploaded by 12 noon on 31 October 2014. The Authority expressly reserves the rights: • Not to award any contract as a result of the procurement process commenced by publication of this notice;• To make whatever changes it may see fit to the content and structure of the tendering competition;• To award one or more public contract(s) in relation to part only of the requirements covered by this notice; and • To award a contract(s) in stages. In no circumstances will the Authority be liable to any bidders for any costs incurred.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=114113038
GO-2014925-PRO-6037820 TKR-2014925-PRO-6037819
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      HM Revenue and Customs
      Commercial Directorate, 5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 3000587871, Email: hmrc.cpprintimplementationteam@hmrc.gsi.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp

      VI.4.2)Lodging of appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidder(s). Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within 30 days. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to bidder(s), or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            HM Revenue and Customs
      Commercial Directorate, 5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 3000587871, Email: hmrc.cpprintimplementationteam@hmrc.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/hm-revenue-customs

   VI.5) Date Of Dispatch Of This Notice: 25/09/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      HM Revenue and Customs
      Commercial Directorate, 5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 3000587854, Email: brian.henners@hmrc.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/hm-revenue-customs
      Attn: Brian Henners   

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Department for Work and Pensions
      301 Bridgewater Place, Warrington, United Kingdom

View any Notice Addenda

View Award Notice

UK-Warrington: Printing services.

Section I: Contracting Authority
   Title: UK-Warrington: Printing services.
   I.1)Name, Addresses and Contact Point(s):
      Department for Work and Pensions
      301 Bridgewater Place, Warrington, WA3 6XF, United Kingdom
      Tel. +44 1925845406, Email: Janet.Fletcher1@dwp.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/department-for-work-pensions
      Attn: Janet Fletcher
      Electronic Access URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
      Electronic Submission URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Social protection

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: DWP IT Transformation Programme – Hosting Stream – Transactional Print Sub Stream      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 15
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Printing services. Printed books, brochures and leaflets. Services related to printing. Printing and distribution services. Facilities management services involving computer operation. Composition services. Printing services. Printed books, brochures and leaflets. Services related to printing. Printing and distribution services. Facilities management services involving computer operation. Composition services. DWP Transactional Bulk Print Services are currently provided through DWP's Standard Services Business Allocation (SSBA) contract. Transactional Print is a very important customer facing service which each year generates over 500 million A4 pages of customer notifications and internal reports, which primarily communicate important information about customer entitlement to benefit, covering a myriad of customer groups which include: all DWP operational areas (including Child Maintenance Group), Shared Services (Financial Services Branch), HMRC (Child Benefit), Northern Ireland Social Security Agency, Service Personnel and Veterans Agency (War Pensions) and Debt Management. All outputs are currently generated from two long standing Print Centres based at Clarke House Norcross and Durham House Washington. This requirement was taken to market via open competition resulting in a direct DWP award, enabled to allow other areas of DWP and/or Other Government Departments to utilise this contract should it fit requirements. The Requirement: The contract will cover the large scale transactional bulk printing, mail sorting, and presentation for distribution into the postal network of DWP customer letters and internal reports, together with collation and insertion into the envelopes of associated leaflets or other printed information to contracting authority customers. There will be a requirement for the supplier to work closely with the contracting authorities in order to transform their communications to customers via a variety of media utilising both hard copy and digital. The contract covers both mainland UK and Northern Ireland. Operation covers: — The extraction and manipulation of customer specific data, generated from front line operational processing systems. — Printing of software application generated documents specifically in line with operational business rules i.e. customer notifications — Enveloping of printed outputs together with inclusions specified by the software application i.e. inserts, reply envelopes- Mail sorting of sealed envelopes and despatch preparation ready for collection by one or more postal carriers (postal channels are out of scope of this contractual arrangement and covered under the Mail and Office Services contract). — A small percentage of insert printing primarily for customers living in Northern Ireland. DWP required - The robust delivery of a disaggregated future Print contract, flexible enough to accommodate Transformational changes to the current DWP Print Service. Transformation is required as a result of the desire to move towards electronic outputs, standardise file output types, innovate process and develop a true commodity based service with a reduction in bespoke DWP processing elements. To focus on business continuity as a priority during the transition period and beyond, maintaining robust accurate outputs whilst safeguarding customer data. — A demonstration of the flexibility to accommodate increases in output volumes during the peak Welfare Reform migration and take on period. — To accommodate outcome from a review the long term Print Centre estates position with regard to future proofing accommodation as we move into a more digital DWP era and reduce the requirement for hard copy outputs. — To seek to further modernise the current Print service by taking advantage of latest technological advances, moving away from aspects of organically grown processes into common market standards, readily transportable at the end of the new contract term. — To implement a reduction in the current Print disaster recovery service in line with specified DWP requirements and operational priorities. —To provide value for money pricing which in turn will contribute to DWP efficiency targets. Exact specification included in the Invitation to Tender suite of documentation. DWP reserved the right to undertake E-auction but decided not too for this procurement.

This contract will be available for use by the following contracting bodies: — Department for Work and Pensions (DWP), its Executive Agencies and those Non-Departmental Public Bodies (NDPBs) sponsored by DWP. Further information including a list of such Agencies and Public Bodies can be viewed by selecting ‘About DWP' on the Departmental web site at www.gov.uk/dwp and
Northern Ireland Department for Social Development (DSD) ‘DSD’ The Department for Social Development acting for and on behalf of the Social Security Agency (Northern Ireland). Further information on this department can be viewed at: www.dsdni.gov.uk and Any Other Government Department or Executive Agency wishing to use this contract to meet their respective service requirements. Further information on the full list can be viewed at: Public Sector Classification Guide http://www.ons.gov.uk/ons/search/index.html?pageSize=50&sortBy=none&sortDirection=none&newquery=Public+Sector+Classification+Guide
      II.1.5)Common procurement vocabulary:
         79810000 - Printing services.
         22100000 - Printed books, brochures and leaflets.
         79820000 - Services related to printing.
         79824000 - Printing and distribution services.
         72514100 - Facilities management services involving computer operation.
         79822000 - Composition services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 52,500,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Finance - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: UI DWP 100922         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Prior information notice
         Notice number in OJ: 2014/S 12 - 16990 of 17/01/2014         
         
          Contract notice    
         Notice number in OJ: 2014/S 187 - 330317 of 30/09/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: ECM 2569

      V.1)Date Of Contract Award: 22/04/2015      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Williams Lea Limited
         Postal address: 29 St John’s Lane
         Town: London
         Postal code: EC1M 4NA
         Country: United Kingdom
         Email: communications@williamslea.com
         Telephone: +44 02077724657
         Internet address: www.williamslea.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 250,000,000
            Currency: GBP

         Total final value of the contract
            Value: 52,500,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 5
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      This procurement was led by Crown Commercial Services on behalf of DWP.

It was managed electronically via HM Revenue and Customs e-sourcing suite and Suppliers were requested to contact HM Revenue and Customs, 5W Ralli Quays, 3 Stanley Street. M60 9LA Salford for the Specifications and Invitation to Tender documentation to take part in the procurement exercise.

Following Contract Award, this contract will be directly managed by DWP to ensure a smooth Transition to the new service. The contract term is for five years 2015 – 2020 (with the option to extend by 1 year plus an additional 1 exit year providing both parties agree at the end of the initial term).

Over the life of the contract the Supplier will work with DWP to help meet their target of 25% SME total contract revenue being subcontracted through the supply chain.

The stated contract value relates to the indicative volumes contained within the ITT documentation. DWP does not guarantee any minimum volume during each year of the contract plus any extension period.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=143981588
GO-2015515-PRO-6602438 TKR-2015515-PRO-6602437   
   VI.3.1)Body responsible for appeal procedures:
      HM Revenue and Customs
      Commercial Directorate, 5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 3000587871, Email: hmrc.cpprintimplementationteam@hmrc.gsi.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
   VI.3.2)Lodging of appeals: This authority incorporated a minimum 10 calendar day standstill period at the point on the award of the contract was communicated to tenderers and was in line with the following regulations: The Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may award damages and in the case of specified breaches of the rules may also order the termination or shortening of the contract and the levying of fines. Economic Operators seeking the termination of a contract (where this is permitted) may be required to bring action within 30 days, although this period is extended to 6 months in specified circumstances. The purpose of this standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into. You may also care to note the information provided via the following web links:
The DWP commercial complaints process – https://www.gov.uk/government/organisations/department-for-work-pensions/about/procurement#commercial-complaints-process.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      HM Revenue and Customs
      Commercial Directorate, 5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 3000587871, Email: hmrc.cpprintimplementationteam@hmrc.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/hm-revenue-customs
   
   VI.4)Date Of Dispatch Of This Notice: 15/05/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      HM Revenue & Customs
      3 Stanley Street, Salford, United Kingdom