HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | HM Revenue & Customs - Forensic Analysis Services |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | HMRC has an on-going requirement for a Forensic Analysis Service to support investigations in all operational areas throughout the UK mainland and Northern Ireland. The Enforcement and Compliance Group within HMRC is responsible for the investigation of major smuggling and fraud and any international elements of these crimes. During the course of investigations, materials and other evidence may be collected requiring forensic examination that will contribute to the intelligence relating to the case. In order to support these investigations and to provide evidence for production in court, access to forensic science is required, including scientific advice on the types of evidence that may be suitable for this purpose and the correct method for collecting, preserving and examining it. HMRC require a forensic analysis service that will support investigations in all operational areas. |
Published: | 17/02/2016 14:48 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
HM Revenue & Customs
5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 03000587789, Email: debbie.charnock@hmrc.gsi.gov.uk, URL: https://www.gov.uk/government/organisations/hm-revenue-customs
Contact: Michelle Walker and Debbie Charnock, Attn: Michelle Walker
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: HM Revenue & Customs - Forensic Analysis 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:
Analysis services. Technical analysis or consultancy services. Technical inspection and testing services. Laboratory services. HMRC has an on-going requirement for a Forensic Analysis Service to support investigations in all operational areas throughout the UK mainland and Northern Ireland. The Enforcement and Compliance Group within HMRC is responsible for the investigation of major smuggling and fraud and any international elements of these crimes. During the course of investigations, materials and other evidence may be collected requiring forensic examination that will contribute to the intelligence relating to the case. In order to support these investigations and to provide evidence for production in court, access to forensic science is required, including scientific advice on the types of evidence that may be suitable for this purpose and the correct method for collecting, preserving and examining it. HMRC require a forensic analysis service that will support investigations in all operational areas.
II.1.6)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
71630000 - Technical inspection and testing services.
71900000 - Laboratory 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: Yes
If yes, tenders should be submitted for: One or more lots
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 requirement will be divided into 5 Lots which includes the following services: Questioned documents Identification & Classification; DNA analysis; Tachograph; Digital and Telecommunications analysis; Hydrocarbon Oils sample analysis. Each lot will have an associated requirement for consultancy and evaluation of results. In addition, the provision of scene attendance, court attendance and witness statements will also be required for each Lot. HMRC is purchasing on behalf of other contracting authorities (DWP and SFO) in relation to the Digital telecommunications analysis lot (lot 4).
Estimated value excluding VAT:
Range between: 9,000,000 and 12,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
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: Questioned Documents identification and classification
1)Short Description:
The forensic examination and/or comparison of handwritten questioned and specimen documents. In addition, analysis of questioned documents other than handwritten, including comparison of ink, office equipment and the reconstruction of shredded material.
2)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
71630000 - Technical inspection and testing services.
71900000 - Laboratory services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 300,000
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: Not Provided
Lot No: 2
Title: DNA analysis
1)Short Description:
The identification of DNA profiles for evidential or intelligence purposes; and undertake the recovery and examination of DNA; and for the input of DNA profiles, where appropriate, to the National DNA database (NDNAD).
2)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
71630000 - Technical inspection and testing services.
71900000 - Laboratory services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 300,000
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: Not Provided
Lot No: 3
Title: Tachograph analysis
1)Short Description:
The forensic examination and analysis of paper and electronic (digital) tachograph data; identifying vehicle journeys both in the UK and abroad, including interpreting stops, distance travelled, dates, times and locations visited. In addition, to provide advice on the potential use of such electronic systems for tracing journeys.
2)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
71630000 - Technical inspection and testing services.
71900000 - Laboratory services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 300,000
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: Not Provided
Lot No: 4
Title: Digital and Telecommunication analysis
1)Short Description:
The forensic examination and analysis for both telecommunication equipment (mobile telephones, PDAs, fax machines etc) and computers (including hard drives, discs, CD-Roms, sat-navs etc).
2)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
71630000 - Technical inspection and testing services.
71900000 - Laboratory services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 2,400,000
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:
HMRC is purchasing on behalf of other contracting authorities (Department of Work and Pensions and Serious Fraud Office) in relation to Lot 4 Digital telecommunications analysis.
Lot No: 5
Title: Hydrocarbon Oils analysis
1)Short Description:
The forensic analysis and testing of fuel samples taken from vehicles where fraudulent use of rebated fuel is suspected. The samples are taken by the Road Fuel Testing Unit during the course of their operational duties. The supplier will have the capability to identify the presence of dyes and markers and provide laboratory tests on fuels for UK and EC dyes and markers and to interpret the results.
2)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
71630000 - Technical inspection and testing services.
71900000 - Laboratory services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 6,000,000
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: Not Provided
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: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 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 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 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: Not Provided
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
Award Criteria - Social, Environmental and Innovative Characteristics - 2
Award Criteria - Technical Merit - Schedule A Service Requirements: GENERAL - 27
Award Criteria - Technical Merit - Schedule A Service Requirements: LOT SPECIFIC - 28
Award Criteria - Technical Merit - Schedules B - G Management Activity - 3
Award Criteria - Technical Merit Schedule H - I Security and Business Continuity - 10
Award Criteria - Schedule J Cost Effectiveness - 30
IV.2.2)Information about electronic auction:
An electronic auction will be used: Yes
If yes, additional information about electronic auction
The Authority reserves the right to use an e-auction within the main tendering process.
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 15-SCR-1118-Forensic Analysis Services
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2015/S 225 - 409726 of 20/11/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 15/03/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 21/03/2016
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
Not Provided
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.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.
Economic operators who wish to view the tender documentation electronically can do so on the Contracts Finder website: https://sid4gov.cabinetoffice.gov.uk/login 48 hours after the despatch of this notice.
The Awarding Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (hereafter referred to as SAP Ariba) to facilitate the procurement process. Economic operators wishing to express an interest in this opportunity must do so by completing the necessary online questionnaires using SAP Ariba (Further information about the SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm)
Economic Operators who have used HMRC’s instance of SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your organisations account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email HMRC SAP Ariba Support
Economic Operators using HMRC’s instance of SAP Ariba for the first time, including suppliers who are registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full.
As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email by return confirming the ‘registration process is now complete’ and providing you with ‘your organisation’s account ID’ number.
If an email response from HMRC is not received within one working day of your request, please re-contact HMRC SAP Ariba Support
Once you have obtained ‘your organization’s account ID’ number, can you please email Michelle Walker and Debbie Charnock, no later than 12.00 on 15/03/16 with the following information as confirmation that you wish to express an interest in the opportunity 15-SCR-1118-Forensic Analysis Services.
Your organization’s HMRC SAP Ariba account ID:AN
Your organisation’s name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access the online questionnaires. If access is not provided to the online questionnaires within one working day, please contact Michelle Walker and Debbie Charnock. The event opens at 12:00 on 24/02/16. Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12:00 on 21/03/16. Expressions of interest to participate must be received not later than 12:00 on 15/03/16. Expressions of interest not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online questionnaires, please notify HMRC if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using SAP Ariba. 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. HMRC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=179940062
GO-2016217-PRO-7770309 TKR-2016217-PRO-7770308
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 3000587789, 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:
HM Revenue & Customs
United Kingdom
VI.5) Date Of Dispatch Of This Notice: 17/02/2016
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
Department for Work and Pensions
Cannock Jobcentreplus, Cannock, WS11 1JR, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Serious Fraud Office
2-4 Cockspur Street, London, SW1Y 5BS, United Kingdom