HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | GB-Salford HMRC User Research Recruitment |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | As part of the Governments Digital by Default Agenda, HMRC intends to award a contract with a research agency to undertake the recruitment of ‘customers’ to take part in the programme of user research. The agency’s role is to recruit participants to an exact specification, ensuring the customers recruited reflect different profiles to reflect a wide range of customers across the UK. The purpose of this recruitment is for HMRC to test its latest digital services on the participants to ensure the system is fit for purpose and to improve the system before it goes live to the general public. The digital services are for two types of customer: Individuals and Businesses and as such the agency shall source individuals and business people to test the relevant services. Suppliers will be asked to carry out qualitative recruitment primarily, with the potential of some quantitative recruitment. It is anticipated the core sample of participants identified will be representative of all socio-economic classifications. The main requirement will be in Newcastle and London but there may be rare occasions where participants could be required at other locations in the UK. The contractor must be able to demonstrate previous experience of recruiting respondents for the public and/or private sector. |
Published: | 22/01/2015 15:20 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
HM Revenue and Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000857724, Fax. +44 1618270270, Email: e.procurement@hmrc.gsi.gov.uk, URL: www.gov.uk/government/organisations/hm-revenue-customs
Contact: Tony Fellowes, Attn: Tony Fellowes
Further information can be obtained at: As Above
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:
Other: Direct and Indirect Taxes
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: GB-Salford HMRC User Research Recruitment
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 10
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:
Market research services. Research services. Research and development consultancy services. Research consultancy services. Design and execution of research and development. Public-opinion polling services. Survey services. Performance review services. Survey design services. Survey conduction services. Survey analysis services. Telephone survey services. As part of the Governments Digital by Default Agenda, HMRC intends to award a contract with a research agency to undertake the recruitment of ‘customers’ to take part in the programme of user research. The agency’s role is to recruit participants to an exact specification, ensuring the customers recruited reflect different profiles to reflect a wide range of customers across the UK. The purpose of this recruitment is for HMRC to test its latest digital services on the participants to ensure the system is fit for purpose and to improve the system before it goes live to the general public. The digital services are for two types of customer: Individuals and Businesses and as such the agency shall source individuals and business people to test the relevant services. Suppliers will be asked to carry out qualitative recruitment primarily, with the potential of some quantitative recruitment. It is anticipated the core sample of participants identified will be representative of all socio-economic classifications. The main requirement will be in Newcastle and London but there may be rare occasions where participants could be required at other locations in the UK. The contractor must be able to demonstrate previous experience of recruiting respondents for the public and/or private sector.
II.1.6)Common Procurement Vocabulary:
79310000 - Market research services.
73110000 - Research services.
73200000 - Research and development consultancy services.
73210000 - Research consultancy services.
73300000 - Design and execution of research and development.
79320000 - Public-opinion polling services.
79311000 - Survey services.
79313000 - Performance review services.
79311100 - Survey design services.
79311200 - Survey conduction services.
79311300 - Survey analysis services.
79311210 - Telephone survey 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: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
Estimated value excluding VAT: 200,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: 12 month optional extention. The contract will be potentially available for use by Government Departments, Agencies and Non-Departmental Public Bodies. Details of the individual organisations that fall within these generic groups may be obtained from the following source:“http//www.direct.gov.uk/en/D/1/Directories/A-ZOfCentralGovernment/index.htm?indexChar=A”
If known, Provisional timetable for recourse to these options:
Duration in months: 12 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 12 (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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.No special legal form is required, but each supplier will be required to become jointly and severally liable for the contract before acceptance.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Any contract or framework agreement awarded will be subject to the Authority's Conditions of Contract
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated that they have the necessary personal standing and are eligible and suitable to be awarded a public contract. Tenderers will therefore be required to provide a statement within an online “selection questionnaire” as to whether any of the circumstances (relating to mandatory and discretionary grounds for exclusion) described in Regulation 23 of the Public Contracts Regulations 2006 apply. Revenue compliance will be considered and checks will be undertaken throughout the tendering exercise, using, as applicable, information from HMRC’s own records. UK applicants will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Overseas or non-UK Tenderers will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. 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. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement.
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:
As stated in Section VI.3, HMRC is using an e-sourcing (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.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As stated in Section VI.3, HMRC is using an e-sourcing (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 & 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.
Minimum Level(s) of standards possibly required:
The contractor must be able to demonstrate previous experience of recruiting respondents for the public and/or private sector
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 below
Criteria - Weighting
Cost Effectiveness - 40
Capacity - 25
Quality of Service - 25
Technical Merit - 10
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: PS-2015 HMRC User Research Recruitment ITT
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 27/02/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 06/03/2015
Time: 13:00
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): 3
IV.3.8)Conditions for opening tenders
Date: 09/03/2015
Time: 09:00
Persons authorised to be present at the opening of tenders: Yes
HMRC will be using an e-sourcing (e-tendering) tool/application for this procurement. This prevents any information provided by the applicant or tenderer from being viewed by the Authority until the e-sourcing event is closed. The e-sourcing (e-tendering) application will display the closing date and time for this particular tendering exercise within the event. The close time will be the earliest point at which the HMRC nominated or a tender defined evaluation team member will be able to open and view the tender 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 HMRC 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)This Is A Recurrent Procurement: No
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.HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. ((Information about the e-Sourcing 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.gsi.gov.uk any time up to, but no later than 17:00 on 27/02/15. 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 one working day of your request, re-contact e.procurement@hmrc.gsi.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 13:00 on 6/03/15. 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=127106138
GO-2015122-PRO-6309468 TKR-2015122-PRO-6309467
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
HM Revenue and Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587724, Email: tony.fellowes@hmrc.gsi.gov.uk, URL: www.hmrc.gov.uk
VI.4.2)Lodging of appeals: HMRC will incorporate a minimum 10 calendar day standstill period at the time 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 I.1. 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 only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 22/01/2015
ANNEX A
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
HMRC
Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom