HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Diversity Outreach Services |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Part of Civil Service Resourcing (CSR) role is the management of the Civil Service Fast Stream (FS) and Fast Track (FT), the aim of which is to deliver a talent management programme through the recruitment of graduates and school leavers to join the Civil Service as a talent pipeline. HM Revenue and Customs in conjunction with CSR wish to procure the services of multiple suppliers to assist in the recruitment of candidates from a diverse range of groups who have the potential to pass the Civil Service Fast Stream (FS) and Fast Track (FT) selection processes. The aim is to build sustainable strategic partnerships with the successful Contractors. |
Published: | 26/05/2015 16:24 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
HMRC
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587827, Email: james.power@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk
Contact: James Power, Attn: James Power
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 & Indirect Taxes
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Diversity Outreach Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
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:
Staff development services. Equal opportunities consultancy services. Other community, social and personal services. Part of Civil Service Resourcing (CSR) role is the management of the Civil Service Fast Stream (FS) and Fast Track (FT), the aim of which is to deliver a talent management programme through the recruitment of graduates and school leavers to join the Civil Service as a talent pipeline.
HM Revenue and Customs in conjunction with CSR wish to procure the services of multiple suppliers to assist in the recruitment of candidates from a diverse range of groups who have the potential to pass the Civil Service Fast Stream (FS) and Fast Track (FT) selection processes. The aim is to build sustainable strategic partnerships with the successful Contractors.
II.1.6)Common Procurement Vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
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:
HM Revenue and Customs in conjunction with CSR wish to procure the services of multiple suppliers with the expertise, specialist contacts and networks to assist with increasing the recruitment of candidates from a diverse range of groups who have the potential to pass the Civil Service Fast Stream (FS) and Fast Track (FT) selection processes. The aim is to build sustainable strategic partnerships with the successful Contractors.
The diversity groups targeted are:
•Black, Asian Minority Ethnic (BAME)
•Low Socio Economic
•Disabled
•Lesbian, Gay, Bisexual and Transgender
•FT Apprenticeship Programme – Schools & Colleges
The intention is to allocate a minimum of 3 and a maximum of 5 suppliers to each group, conditional on the outcome of the tender exercise. The successful Contractors for each group will be expected to work co-operatively together and with the Authority for the provision of the services. The themes of the service delivery will include Raising Awareness of the Fast Track (FT) and Fast Stream (FS) programmes among the targeted groups, Influencing the groups to increase applications to FT/FS and Skills Development of the potential applicants.
As part of the tender exercise Tenderers will be required to submit a proposal detailing how they would meet the core service requirements within the allocated budget over the three year term of the contract. In addition to the core services tenderers will have the opportunity to provide details of any innovative concepts outside of the core requirement which may add value to the project for consideration as part of their tender submission. Following award and should any unforeseen or ad-hoc requirements not referred to in the tender documentation or tender proposals arise, the Authority will request proposals, firstly on a joint, cross Work Group basis, but if this is not possible on an individual contractor basis and award the assignment on the basis of the best value for money proposal received.
Estimated value excluding VAT: 900,000
Currency: GBP
II.2.2)Options: Not Provided
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: 36 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Black, Asian Minority Ethnic
1)Short Description:
The Fast Stream team intends to significantly increase the proportion of BAME Fast Stream applications and successes over the next 3 years. Although the rate of successful BAME Fast Streamers has recently increased this is unfortunately not at the required rate to ensure this group is truly reflective of society.
The Contractor must have the requisite expertise, specialist contacts and networks in recruiting undergraduates/graduates from within the under-represented group as outlined in the separate Group Number detailed in this specification.
The Contractor must work with the Contracting Authority to fully understand the target audience it requires from each of the target groups (undergraduates/graduates) across each of the specified under-represented groups.
The Contractor must develop a candidate attraction solution which is specifically designed to appeal to the candidate profile for the relevant target demographic Black, Asian, Minority Ethnics Groups (undergraduates/graduates).
During the course of the contract, the Contractor will be required to outline and deliver the services requested by the Authority as outlined in the tender documentation as ‘Core Requirements’. In addition to the ‘Core’ requirements the Contract will be required to deliver services on ad-hoc/innovative basis during the course of the contract
2)Common Procurement Vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
3)Quantity Or Scope:
The intention is to allocate a minimum of 3 and a maximum of 5 suppliers to the BAME Work Group, conditional on the outcome of the tender exercise. The successful Contractors will be expected to work co-operatively together and with the Authority for the provision of the services. The themes of the service delivery will include Raising Awareness of the Fast Track (FT) and Fast Stream (FS) programmes among the targeted groups, influencing the groups to increase applications to FT/FS and Skills Development of the potential applicants.
As part of the tender exercise Tenderers will be required to submit a proposal detailing how they would meet the core service requirements within the allocated budget over the three year term of the contract. In addition to the core services tenderers will have the opportunity to provide details of any innovative concepts outside of the core requirement which may add value to the project for consideration as part of their tender submission. Following award and should any unforeseen or ad-hoc requirements not referred to in the tender documentation or tender proposals arise, the Authority will request proposals, firstly on a joint, cross Work Group basis, but if this is not possible on an individual contractor basis and award the assignment on the basis of the best value for money proposal received.
If known, estimated cost of works excluding VAT: 225,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36
5)Additional Information About Lots:
The budget for the BAME Work Group is £225,000 in total over the 36 month contract, the proportion available for the 'Core Services' annually (£52,500) will be allocated equally between the successful contractors, the remaining amount to be used for the ad-hoc services will be allocated to the Work Group/contractor providing a successful proposal
Lot No: 2
Title: Low Socio Economic
1)Short Description:
The Fast Stream intends to significantly increase the proportion of lower socio economic Fast Stream applications and successes over the next 3 years. Although the rate of successful lower socio economic Fast Streamers has recently increased, this is unfortunately not at the required rate to ensure this group is truly reflective of society.
The Contractor must have the requisite expertise, specialist contacts and networks in recruiting undergraduates/graduates from within the under-represented group as outlined in the separate Group Number detailed in this specification.
The Contractor must work with the Contracting Authority to fully understand the target audience it requires from each of the target groups (undergraduates/graduates) across each of the specified under-represented groups.
The Contractor must develop a candidate attraction solution which is specifically designed to appeal to the candidate profile for the relevant target demographic of lower Socio Economic background Groups (undergraduates/graduates).
During the course of the contract, the Contractor will be required to outline and deliver the services requested by the Authority described in the Tender Documentation as ‘Core Requirements’. In addition to the ‘Core’ requirements the Contract will be required to deliver services on ad-hoc/innovative basis during the course of the contract
2)Common Procurement Vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
3)Quantity Or Scope:
The intention is to allocate a minimum of 3 and a maximum of 5 suppliers to the Low Socio Economic Work Group, conditional on the outcome of the tender exercise. The successful Contractors will be expected to work co-operatively together and with the Authority for the provision of the services. The themes of the service delivery will include Raising Awareness of the Fast Track (FT) and Fast Stream (FS) programmes among the targeted groups, influencing the groups to increase applications to FT/FS and Skills Development of the potential applicants.
As part of the tender exercise Tenderers will be required to submit a proposal detailing how they would meet the core service requirements within the allocated budget over the three year term of the contract. In addition to the core services tenderers will have the opportunity to provide details of any innovative concepts outside of the core requirement which may add value to the project for consideration as part of their tender submission. Following award and should any unforeseen or ad-hoc requirements not referred to in the tender documentation or tender proposals arise, the Authority will request proposals, firstly on a joint, cross Work Group basis, but if this is not possible on an individual contractor basis and award the assignment on the basis of the best value for money proposal received.
If known, estimated cost of works excluding VAT: 225,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36
5)Additional Information About Lots:
The budget for the Low Socio Economic Work Group is £225,000 over the 36 month contract, the proportion available for the 'Core Services' annually (£52,500) will be allocated equally between the successful contractors, and the remaining amount to be used for the ad-hoc services will be allocated to the Work Group /contractor providing a successful proposal
Lot No: 3
Title: Disabled
1)Short Description:
The Fast Stream team intends to significantly increase the proportion of disabled Fast Stream applications and successes over the next 3 years. Disability figures in the Fast Stream are at their lowest for the first time in around 10 years. There have been no interventions to recruit disabled people in to the Fast Stream in the last 10 years.
The Contractor must have the requisite expertise, specialist contacts and networks in recruiting undergraduates/graduates from within the under-represented group as outlined in the separate Group Number detailed in this specification.
The Contractor must work with the Contracting Authority to fully understand the target audience it requires from each of the target groups (undergraduates/graduates) across each of the specified under-represented groups.
The Contractor must develop a candidate attraction solution which is specifically designed to appeal to the candidate profile for the relevant target demographic Groups with a Disability (undergraduates/graduates).
During the course of the contract, the Contractor will be required to outline and deliver the services requested by the Authority as outlined in the Tender Documentation as ‘Core Requirements’. In addition to the ‘Core’ requirements the Contract will be required to deliver services on ad-hoc/innovative basis during the course of the contract
2)Common Procurement Vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
3)Quantity Or Scope:
The intention is to allocate a minimum of 3 and a maximum of 5 suppliers to the Disabled Work Group, conditional on the outcome of the tender exercise. The successful Contractors will be expected to work co-operatively together and with the Authority for the provision of the services. The themes of the service delivery will include Raising Awareness of the Fast Track (FT) and Fast Stream (FS) programmes among the targeted groups, influencing the groups to increase applications to FT/FS and Skills Development of the potential applicants.
As part of the tender exercise Tenderers will be required to submit a proposal detailing how they would meet the core service requirements within the allocated budget over the three year term of the contract. In addition to the core services tenderers will have the opportunity to provide details of any innovative concepts outside of the core requirement which may add value to the project for consideration as part of their tender submission. Following award and should any unforeseen or ad-hoc requirements not referred to in the tender documentation or tender proposals arise, the Authority will request proposals, firstly on a joint, cross Work Group basis, but if this is not possible on an individual contractor basis and award the assignment on the basis of the best value for money proposal received
If known, estimated cost of works excluding VAT: 135,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
The budget for the Disabled Work Group is £135,000 over the 36 month contract, the proportion available for the 'Core Services' annually (£31,500) will be allocated equally between the successful contractors, and the remaining amount to be used for the ad-hoc services will be allocated to the Work Group /contractor providing a successful proposal
Lot No: 4
Title: Lesbian, Gay, Bisexual & Transgender
1)Short Description:
The Fast Stream intends to significantly increase the proportion of LGBT Fast Stream and Fast Track applications and successes over the next 3 years. Historically in the Fast Stream we have not captured data on sexual orientation or gender identity but there is a clear need of such data.
The Contractor must have the requisite expertise, specialist contacts and networks in recruiting undergraduates/graduates from within the under-represented group as outlined in the separate Group Number detailed in this specification.
The Contractor must work with the Contracting Authority to fully understand the target audience it requires from each of the target groups (undergraduates/graduates) across each of the specified under-represented groups.
The Contractor must develop a candidate attraction solution which is specifically designed to appeal to the candidate profile for the relevant target demographic Lesbian, Gay, Bisexual and Transgender Groups (undergraduates/graduates).
During the course of the contract, the Contractor will be required to outline and deliver the services requested by the Authority as described in the Tender Documentation as ‘Core Requirements’. In addition to the ‘Core’ requirements the Contract will be required to deliver services on ad-hoc/innovative basis during the course of the contract
2)Common Procurement Vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
3)Quantity Or Scope:
The intention is to allocate a minimum of 3 and a maximum of 5 suppliers to the LGBT Work Group, conditional on the outcome of the tender exercise. The successful Contractors will be expected to work co-operatively together and with the Authority for the provision of the services. The themes of the service delivery will include Raising Awareness of the Fast Track (FT) and Fast Stream (FS) programmes among the targeted groups, influencing the groups to increase applications to FT/FS and Skills Development of the potential applicants.
As part of the tender exercise Tenderers will be required to submit a proposal detailing how they would meet the core service requirements within the allocated budget over the three year term of the contract. In addition to the core services tenderers will have the opportunity to provide details of any innovative concepts outside of the core requirement which may add value to the project for consideration as part of their tender submission. Following award and should any unforeseen or ad-hoc requirements not referred to in the tender documentation or tender proposals arise, the Authority will request proposals, firstly on a joint, cross Work Group basis, but if this is not possible on an individual contractor basis and award the assignment on the basis of the best value for money proposal received
If known, estimated cost of works excluding VAT: 90,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36
5)Additional Information About Lots:
The budget for the LGBT Work Group is £90,000 over the 36 month contract, the proportion available for the 'Core Services' annually (£21,000) will be allocated equally between the successful contractors, and the remaining amount to be used for the ad-hoc services will be allocated to the Work Group /contractor providing a successful proposal
Lot No: 5
Title: FT Apprenticeships Programme - Schools & Colleges
1)Short Description:
The Contractor must have the requisite expertise, specialist contacts and networks in recruiting candidates aged 16 and above from diverse backgrounds (BAME, Low-Socio Economic, Disabled and LGB(T) students).
The Contractor must work with the Contracting Authority to fully understand the target audience it requires from the target group (students aged 16 and above) across each of the specified under-represented student groups (BAME, Low-Socio Economic, Disabled and LGB(T).
The Contractor must develop a candidate attraction solution which is specifically designed to appeal to the candidate profile for the relevant target demographic (BAME, Low-Socio Economic, Disabled and LGB(T) students).
During the course of the contract, the Contractor will be required to outline and deliver the services requested by the Authority as described in the Tender Documentation as ‘Core Requirements’. In addition to the ‘Core’ requirements the Contract will be required to deliver services on ad-hoc/innovative basis during the course of the contract as per paragraph A5 – Service B – Ad-hoc/Innovative requirements.
2)Common Procurement Vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
3)Quantity Or Scope:
The intention is to allocate a minimum of 3 and a maximum of 5 suppliers to the Schools & Colleges Work Group, conditional on the outcome of the tender exercise. The successful Contractors will be expected to work co-operatively together and with the Authority for the provision of the services. The themes of the service delivery will include Raising Awareness of the Fast Track (FT) and Fast Stream (FS) programmes among the targeted groups, influencing the groups to increase applications to FT/FS and Skills Development of the potential applicants.
As part of the tender exercise Tenderers will be required to submit a proposal detailing how they would meet the core service requirements within the allocated budget over the three year term of the contract. In addition to the core services tenderers will have the opportunity to provide details of any innovative concepts outside of the core requirement which may add value to the project for consideration as part of their tender submission. Following award and should any unforeseen or ad-hoc requirements not referred to in the tender documentation or tender proposals arise, the Authority will request proposals, firstly on a joint, cross Work Group basis, but if this is not possible on an individual contractor basis and award the assignment on the basis of the best value for money proposal received.
If known, estimated cost of works excluding VAT: 225,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36
5)Additional Information About Lots:
The budget for the Schools & Colleges Work Group is £225,000 over the 36 month contract, the proportion available for the 'Core Services' annually (£52,500) will be allocated equally between the successful contractors, and the remaining amount to be used for the ad-hoc services will be allocated to the Work Group /contractor providing a successful proposal
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."
If a collaborative tendering exercise is being undertaken, there may also be a need to specify particular requirements on the part of the other participants
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: No
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 57 of the Public Contracts Regulations 2015 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.
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
Social, Environmental & Innovative - 5
Service Requirements - 65
Management Activity - 5
Security Plan - 5
Cost Proposal - 20
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: 15-PSCR-953-Outreach Services-OJEU-Open
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: 17/06/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/06/2015
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 days: 30
IV.3.8)Conditions for opening tenders
Date: 25/06/2015
Time: 12:00
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144931331
GO-2015526-PRO-6629678 TKR-2015526-PRO-6629677
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
Body responsible for mediation procedures:
HMRC
5W Ralli Quays, Manchester, WN6 9LA, United Kingdom
Tel. +44 1618270898
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
HMRC
5W Ralli Quays, Manchester, WN6 9LA, United Kingdom
Tel. +44 1618270898
VI.5) Date Of Dispatch Of This Notice: 26/05/2015
ANNEX A
View any Notice Addenda
UK-Salford: Staff development services.
Section I: Contracting Authority
Title: UK-Salford: Staff development services.
I.1)Name, Addresses And Contact Point(s)
HMRC
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587827, Email: james.power@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk
Contact: James Power, Attn: James Power
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Diversity Outreach Services
II.1.2)Short description of the contract or purchase:
Staff development services. Equal opportunities consultancy services. Other community, social and personal services. Part of Civil Service Resourcing (CSR) role is the management of the Civil Service Fast Stream (FS) and Fast Track (FT), the aim of which is to deliver a talent management programme through the recruitment of graduates and school leavers to join the Civil Service as a talent pipeline.
HM Revenue and Customs in conjunction with CSR wish to procure the services of multiple suppliers to assist in the recruitment of candidates from a diverse range of groups who have the potential to pass the Civil Service Fast Stream (FS) and Fast Track (FT) selection processes. The aim is to build sustainable strategic partnerships with the successful Contractors.
II.1.3)Common procurement vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: 15-PSCR-953-Outreach Services-OJEU-Open
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2015 - 158670
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 26/05/2015
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Additional Information
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: V1.3
Instead of: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144931331
Read: 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 12:00 on 19/06/2015. 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 14:00 on 26/06/2015. 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
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144931331
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=145343816
GO-2015529-PRO-6638698 TKR-2015529-PRO-6638697
VI.5)Date of dispatch: 29/05/2015
View Award Notice
Section I: Contracting Authority
Title: UK-Salford: Staff development services.
I.1)Name, Addresses and Contact Point(s):
HMRC
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587786, Email: joanne.sykes@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk
Contact: Joanne Sykes, Attn: Joanne Sykes
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: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Diversity Outreach Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
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):
Staff development services. Equal opportunities consultancy services. Other community, social and personal services. Part of Civil Service Resourcing (CSR) role is the management of the Civil Service Fast Stream (FS) and Fast Track (FT), the aim of which is to deliver a talent management programme through the recruitment of graduates and school leavers to join the Civil Service as a talent pipeline.
HM Revenue and Customs in conjunction with CSR wish to procure the services of multiple suppliers to assist in the recruitment of candidates from a diverse range of groups who have the potential to pass the Civil Service Fast Stream (FS) and Fast Track (FT) selection processes. The aim is to build sustainable strategic partnerships with the successful Contractors.
II.1.5)Common procurement vocabulary:
79633000 - Staff development services.
98200000 - Equal opportunities consultancy services.
98000000 - Other community, social and personal 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: 611,800
Currency: GBP
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
Social, Environmental & Innovative - 5
Service Requirements - 65
Management Activity - 5
Security Plan - 5
Cost Proposal - 20
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: 15-PSCR-953-Outreach Services-OJEU-Open
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 102 - 185948 of 29/05/2015
Other previous publications: Yes
Notice number in OJ: 2015/S 105 - 190891 of 03/06/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 07/08/2015
V.2) Information About Offers
Number Of Offers Received: 5
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: MyKindaCrowd Limited
Postal address: Vine Court, Chalkpit Lane, Dorking
Town: Surrey
Postal code: RH4 1AJ
Country: United Kingdom
Email: Glenn@Mykindacrowd.com
V.4)Information On Value Of Contract
Total final value of the contract
Value: 157,500
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 07/08/2015
V.2) Information About Offers
Number Of Offers Received: 5
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: Elevation Networks Trust
Postal address: Plouviez House, 19-20 Hatton Place
Town: London
Postal code: EC1N 8RU
Country: United Kingdom
Email: elorm@elevationnetworks.org
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 156,000
Currency: GBP
Total final value of the contract
Value: 156,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 07/10/2015
V.2) Information About Offers
Number Of Offers Received: 5
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: Graduate Promotions Limited
Postal address: 154-158 Shoreditch High Street
Town: London
Postal code: E1 6HU
Country: United Kingdom
Email: tom.viggers@graduatepromotions.com
V.4)Information On Value Of Contract
Total final value of the contract
Value: 147,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 07/08/2015
V.2) Information About Offers
Number Of Offers Received: 5
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: Rare Recruitment Limited
Postal address: 4th Floor, 21-22 Great Sutton Street
Town: London
Postal code: EC1V 0DY
Country: United Kingdom
Email: raphael.mokades@rarerecruitment.co.uk
V.4)Information On Value Of Contract
Total final value of the contract
Value: 151,300
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
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:
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=166378424
GO-20151013-PRO-7186236 TKR-20151013-PRO-7186235
VI.3.1)Body responsible for appeal procedures:
HM Revenue & Customs
5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Body responsible for mediation procedures:
HM Revenue & Customs
United Kingdom
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
VI.4)Date Of Dispatch Of This Notice: 13/10/2015