HMRC: Commercial Strategic Delivery Partner

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Commercial Strategic Delivery Partner
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: HMRC has an external spend in excess of £1.4 billion annually. Commercial Directorate (CD), who sit within the Chief Finance Officer’s Group (CFO) in HM Revenue & Customs (HMRC) have responsibility for and/or influence over all commercial arrangements covering this spend. HMRC’s commercial landscape and interaction with the market is changing significantly due to ongoing internal strategic programmes to transform its IT and Estates operations and as a result of increasing Spending Review commitments. The requirement is for a Commercial Strategic Delivery Partner (CSDP) with the experience and capacity to strengthen current senior commercial leadership and to develop and deliver our Commercial Strategy. To deliver this outcome, strategic direction will be set through our Commercial Strategy, which will continue to be driven by HMRC, and the CSDP will required to support and provide guidance on it. We are looking for a supplier that can deliver a partnership approach, improving on things that aren’t working well but nurturing those that do, and be an integral part of the commercial leadership team. The CSDP will provide the additional resources required to deliver business as usual requirements and drive delivery of the strategy in conjunction with existing HMRC commercial leadership and staff. They will collaborate with key internal and external stakeholders, including other HMRC strategic partners. Capability development of, and skills transfer to, both the profession and business areas will be a key requirement of the CSDP to deliver the desired outcome. The anticipated outputs/milestones for the CSDP will be based around our Commercial Strategy Delivery Plan, which has the following high level timeline: •Apr 16 - develop/implement •Mar 17 – implement/embed •Mar 18 – deliver and exit HMRC are seeking to engage with organisations and consortia who might be interested in working with the Department to develop its requirements and commercial strategy.
Published: 26/01/2016 11:22

View Full Notice

UK-Manchester: Business organisation services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      HM Revenue & Customs
      5th Floor West, Ralli Quays, 3 Stanley Street, Salford, Manchester, M60 9LA, United Kingdom
      Tel. +44 3000587794, Email: bevan.scarborough@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk

      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: Commercial Strategic Delivery Partner
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 11

         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:
      Business organisation services. Business and management consultancy services. Procurement consultancy services. General management consultancy services. Business-development consultancy services. Contract administration services. HMRC has an external spend in excess of £1.4 billion annually. Commercial Directorate (CD), who sit within the Chief Finance Officer’s Group (CFO) in HM Revenue & Customs (HMRC) have responsibility for and/or influence over all commercial arrangements covering this spend.

HMRC’s commercial landscape and interaction with the market is changing significantly due to ongoing internal strategic programmes to transform its IT and Estates operations and as a result of increasing Spending Review commitments.

The requirement is for a Commercial Strategic Delivery Partner (CSDP) with the experience and capacity to strengthen current senior commercial leadership and to develop and deliver our Commercial Strategy.

To deliver this outcome, strategic direction will be set through our Commercial Strategy, which will continue to be driven by HMRC, and the CSDP will required to support and provide guidance on it. We are looking for a supplier that can deliver a partnership approach, improving on things that aren’t working well but nurturing those that do, and be an integral part of the commercial leadership team.

The CSDP will provide the additional resources required to deliver business as usual requirements and drive delivery of the strategy in conjunction with existing HMRC commercial leadership and staff. They will collaborate with key internal and external stakeholders, including other HMRC strategic partners. Capability development of, and skills transfer to, both the profession and business areas will be a key requirement of the CSDP to deliver the desired outcome.

The anticipated outputs/milestones for the CSDP will be based around our Commercial Strategy Delivery Plan, which has the following high level timeline:
•Apr 16 - develop/implement
•Mar 17 – implement/embed
•Mar 18 – deliver and exit
HMRC are seeking to engage with organisations and consortia who might be interested in working with the Department to develop its requirements and commercial strategy.
         
      II.1.6)Common Procurement Vocabulary:
         79996000 - Business organisation services.
         
         79410000 - Business and management consultancy services.
         
         79418000 - Procurement consultancy services.
         
         79411000 - General management consultancy services.
         
         79411100 - Business-development consultancy services.
         
         79994000 - Contract administration 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: 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:
      HMRC’s intention is to appoint a commercial strategic delivery partner (CSDP) to quickly address the gaps in senior commercial leadership, and help drive broader commercial capability development.

Whilst it is anticipated that the strategic oversight will be provided by Executive Committee (Excom) and Chief Finance Officer (CFO), Senior Leadership Team (SLT) HMRC are seeking a partner to provide the leadership and management of the Commercial Directorate function, implement the operating model and develop the capability that will deliver the commercial strategy and Strategic Deployment Matrix (SDM) and allow HMRC to respond to the immediate and future business requirements.

HMRC require a delivery partner with demonstrable experience of leading and delivering a programme of commercial activity within a large organisation and that can provide significant, hands-on, expertise in leading and managing an organisation, delivering a commercial strategy and the creation of a long-term sustainable in-house function.

The scope for the CSDP will be refined as the relationship develops. The current Core Services include the following areas:

CSDP will immediately address the current gaps in senior commercial leadership.

HMRC require the CSDP to provide an immediate (Day 1) injection of resource which we expect to be 5 people - 1 Commercial Director and 4 Deputies to deliver the existing commercial strategy and deliverables of the Strategic Deployment Matrix for 16/17 working alongside the existing HMRC teams.

Create a 30-90 day plan that outlines how the CSDP will drive delivery of HMRC’s agreed commercial strategy and SDM and Commercial Capability Review plan.

Review and assure the Target Operating model and create a sustainable ‘fit for the future’ in-house commercial function.

Recruit permanent resource into the Senior Leadership positions as outlined in the Target Operating Model (TOM) and to the following timescales –

IT Commercial Director – by December 2016
Chief Commercial Officer – by December 2017
2 x Deputy Directors – by December 2017

Provide strategic capability and guidance to CFO, Estates Directors and IT Directors as part of the CFO Senior Leadership Team.

In addition we would expect a full delivery plan covering the longer term engagement and incorporating exit arrangements.

HMRC work in an agile environment, responding to both departmental and Government initiatives and policies, and we may require the CSDP to scope and provide additional packages of work over and above the core requirements. The requirements and delivery model will be discussed and agreed on an individual basis and you will be expected to demonstrate how you would scope, cost and staff in line with the services outlined in the scope and principles of the cost model.

The fundamental approach required from the CSDP will be to –

•Mobilise (phase 1) - immediate injection of senior leadership capability and capacity -possible further resource injections for short-term specific tasks or longer-term for substantive vacancies (to be determined)

•Deliver (phase 2) – lead delivery against HMRC Commercial Strategy, CD Strategic Deployment Matrix (SDM) and HMRC\CG corporate drivers

•Sustain (phase 3) – build (recruit and develop) required future capability and capacity in-house

•Exit (phase 4) – remove CSDP resources in a controlled way

This four step, phased approach is required by the CSDP to fulfil HMRC’s longer term strategy on the transformation of the commercial function. The stages may run concurrently, overlap or be brought forward based on emerging HMRC strategy and priorities. Flexibility in the approach to stages will be required and at all times must be agreed by HMRC.

This brief has a high degree of commercial sensitivity and the potential provider must, as a part of their response, state how they will manage potential conflicts of interest.


Contract Period - 2 years with option to extend for a further period of 12 months                  
         Estimated value excluding VAT:
         Range between: 2,000,000 and 4,500,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: Contract Period - 2 years with option to extend for a further period of 12 months                   
         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: 24 (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:
      Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the Contract Notice and/or in the tender documentation. Potential Tenderers should be aware, however, that they may be required to forward the following information:
(a) A copy of the most recent audited accounts covering the Tenderer’s last three years of trading (or for the period that is available if trading for less than three years) or
(b) For the most recent full year of trading, where this information is not available in audited form, a copy of the draft or unaudited financial accounts or equivalent information showing the Tenderer’s turnover, profit and loss and cash flow position and an end period balance sheet or, where this cannot be provided, a statement signed by the finance director or similar responsible person detailing any major changes in the current financial position since the date of the latest audited accounts provided.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      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:

      Accessing a HMRC eSourcing Event:
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 bevan.scarborough@hmrc.gsi.gov.uk & brendan.murtagh@hmrc.gsi.gov.uk for assistance.

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 bevan.scarborough@hmrc.gsi.gov.uk & brendan.murtagh@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request for access was first made.
Once you have obtained ‘your organization’s account ID’ number, can you please email bevan.scarborough@hmrc.gsi.gov.uk & brendan.murtagh@hmrc.gsi.gov.uk, with the following information as confirmation that you wish to express an interest in the opportunity.
The contract reference shown in Section IV.3.1

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 bevan.scarborough@hmrc.gsi.gov.uk & brendan.murtagh@hmrc.gsi.gov.uk Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than (12.00) on 25th February 2016. 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.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      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: Not Provided      
      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 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: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2015/S 234 - 425091 of 03/12/2015
               
         Other previous publications: No                

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


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 25/02/2016
         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 Not Provided      
      IV.3.8)Conditions for opening tenders
         Place:
         Electronically, via web-based portal
         Persons authorised to be present at the opening of tenders: No


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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=185967993
GO-2016126-PRO-7632711 TKR-2016126-PRO-7632710
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      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: 26/01/2016

ANNEX A

View any Notice Addenda

View Award Notice