HMRC: HMRC 2016 Executive Search, Selection & Assessment Services Dynamic Purchasing System (DPS)

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: HMRC 2016 Executive Search, Selection & Assessment Services Dynamic Purchasing System (DPS)
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Restricted
Short Description: Civil Service Resourcing (CS Resourcing) an Executive Agency attached to HM Revenue and Customs (HMRC) have in place an existing Dynamic Purchasing System (DPS) for the provision of Executive Search, Selection and Assessment Services which commenced on 01/04/2014. CS Resourcing intend to replace the existing DPS with a revised version expanding the service requirement to include additional assessment services. It is intended to close the current Executive Search DPS and open the revised DPS at 12:00 on 07/03/2016. This procurement exercise is intended to establish the revised DPS with multiple service providers.
Published: 24/02/2016 15:54

View Full Notice

UK-Salford: Recruitment services.

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: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: HMRC 2016 Executive Search, Selection & Assessment Services Dynamic Purchasing System (DPS)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 22

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a dynamic purchasing system                                                       
      
      II.1.5)Short description of the contract or purchase:
      Recruitment services. Placement services of personnel. Assessment centre services for recruitment. Staff development services. Civil Service Resourcing (CS Resourcing) an Executive Agency attached to HM Revenue and Customs (HMRC) have in place an existing Dynamic Purchasing System (DPS) for the provision of Executive Search, Selection and Assessment Services which commenced on 01/04/2014. CS Resourcing intend to replace the existing DPS with a revised version expanding the service requirement to include additional assessment services. It is intended to close the current Executive Search DPS and open the revised DPS at 12:00 on 07/03/2016. This procurement exercise is intended to establish the revised DPS with multiple service providers.
         
      II.1.6)Common Procurement Vocabulary:
         79600000 - Recruitment services.
         
         79610000 - Placement services of personnel.
         
         79635000 - Assessment centre services for recruitment.
         
         79633000 - Staff development 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: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      CS Resourcing is an evolving HR Expert Service with the remit of developing and providing a complete resourcing solution for the Civil Service and assisting with the identification, development and deployment of high potential talent and is looking to partner with;
— Potential contractors providing Executive Search, Selection and Assessment services to support the recruitment of Senior Civil Servants across all departments and;
— Potential contractors providing Executive assessment services to support a range of talent, recruitment and development activities across the Civil Service.
The services will be let in the following Lots:
Lot 1 Executive Search for Senior Appointments
The type of activity expected in relation to a campaign/assignment would typically include, but not be limited to:
-Campaign Management:
o Provide advice and guidance on how best requirements might be achieved
o Provide effective campaign management and support services
o Provide a thorough response handling and feedback service as required
o Ensure a full audit trail to support actions, decisions, etc.

-Candidate Search and Attraction – including Advertising, Marketing
o Effective representation of Customer Organisation(s)
o Sourcing of Candidates
o Advertising and Marketing;
o Providing advice and guidance on the drafting and placement of adverts
o Working with customer partner organisations where required – e.g. advertising/publication suppliers.
o Managing candidate expectations

-Candidate Assessment and Evaluation
o Assess the potential suitability of candidates
o Provision of long and short lists, supported by bespoke candidate appraisals
o Interview process – if specifically required, provide interview advice, guidance and support

-Offer and Appointment
o Provide support and advice in securing the preferred candidate(s)
o Negotiating (or providing advice and guidance for) remuneration packages
o To agree up front for specific exercises the provision of remedial actions where it has not been possible to; identify suitable candidates, secure the services of selected candidates, retain an appointee for a specified period following take-up of role – e.g. the partial reimbursement of fees or re-running of a campaign when a candidate accepts but fails to take up a role.

Lot 2 One to One Personality Assessment at Senior Executive Level,. Informed by Online Testing
Assessment may be in, but is not restricted to, the form of one or more of the following:
o online personality testing
o online ability testing
o one-to-one assessment interviews,
o Development and/or delivery of additional assessments such as staff engagement exercises.

The assessment activity relates to:
o recruitment selection,
o development and
o talent profiling.

Lot 3 Online Personality & Ability Assessments for Senior Executives
This requirement is for the provision of online assessment at senior executive level.

Assessment may be in, but is not restricted to, the form of one or more of the following:
o online personality testing
o online ability testing

The assessment activity relates to:
o recruitment selection,
o development and
o talent profiling.
Lot 4 An end-to-end service provision including elements of the services from Lot 1, Lot 2 and LOT 3 as required                  
         Estimated value excluding VAT:
         Range between: 1,000,000 and 10,000,000
         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: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Executive Search for Senior Appointments

      1)Short Description:      
      Executive Search for Senior Appointments

      2)Common Procurement Vocabulary:
         79600000 - Recruitment services.
                  79610000 - Placement services of personnel.
                  79635000 - Assessment centre services for recruitment.
         
      3)Quantity Or Scope:      
      Lot 1 Executive Search for Senior Appointments
The type of activity expected in relation to a campaign/assignment would typically include, but not be limited to:
-Campaign Management:
o Provide advice and guidance on how best requirements might be achieved
o Provide effective campaign management and support services
o Provide a thorough response handling and feedback service as required
o Ensure a full audit trail to support actions, decisions, etc.

-Candidate Search and Attraction – including Advertising, Marketing
o Effective representation of Customer Organisation(s)
o Sourcing of Candidates
o Advertising and Marketing;
o Providing advice and guidance on the drafting and placement of adverts
o Working with customer partner organisations where required – e.g. advertising/publication suppliers.
o Managing candidate expectations

-Candidate Assessment and Evaluation
o Assess the potential suitability of candidates
o Provision of long and short lists, supported by bespoke candidate appraisals
o Interview process – if specifically required, provide interview advice, guidance and support

-Offer and Appointment
o Provide support and advice in securing the preferred candidate(s)
o Negotiating (or providing advice and guidance for) remuneration packages
o To agree up front for specific exercises the provision of remedial actions where it has not been possible to; identify suitable candidates, secure the services of selected candidates, retain an appointee for a specified period following take-up of role – e.g. the partial reimbursement of fees or re-running of a campaign when a candidate accepts but fails to take up a role               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            The DPS will be hosted on the Crown Commercial Service (CCS) e-Sourcing system, suppliers wishing to provide an Indicative Tender (bid) must first be registered on the CCS e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS e-sourcing’. Please note that the registration process requires you to input a valid DUNS number (as provided by Dun and Bradstreet) for the potential provider for which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Copies of the full documentation relating to the use of the DPS can be accessed via the following link http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
When registered on the e-sourcing Suite, a user can express an interest for a specific procurement by emailing supplier@crowncommercial.gov.uk
Your email must clearly state: the name of the event you wish to register for (HMRC 2016 Executive Search, Selection and Executive Assessment Services Dynamic Purchasing System); the name of the registered supplier; and the name and contact details for the registered individual sending the email. CCS will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact CCS Helpdesk, Freephone: +44 3450103503
Email: supplier@ccs.gsi.gov.uk
Process for inclusion on the DPS:
— The DPS will remain Open from 24/02/2016 for suppliers wishing to provide indicative bids.
— When access to the e-Sourcing system has been provided, suppliers will be required to complete Questionnaires which will form their ‘Indicative Tender (bid)’
— The questions will be evaluated on a Pass/Fail basis
— The questions will be set to enable HMRC to establish the potential provider's capability in delivery of the specific service requirements as well as their overall technical ability, compliance with tax affairs and level of data security processes.
— Potential providers will be able to access a specification which includes the nature of the services via http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
— The Authority shall complete the evaluation of an Indicative Tender (bid) within 15 calendar days from the date of its submission or such longer period as the Authority may determine if no invitation to tender for a specific campaign/assignment is issued under the system within the 15 day period.
— If the Indicative Tender (bid) is successful the potential provider will be added to the DPS and invited to all future campaigns/assignments within the DPS.
— Any potential providers who do not meet the criteria outlined in the Indicative Tender (bid) will not be admitted onto the DPS and will be notified accordingly. There will however be an opportunity to re-apply for admittance onto the DPS at a later stage should they be able to demonstrate that the criteria can be met.
Competition for campaigns/assignments within the DPS:
— All suppliers within the DPS will be issued with an ITT for any new campaign/ assignments for the specific Lot to which they are included
— The ITT will include a full job role specification and the services required from the supplier.
The ITT will include the call off evaluation criteria which will typically be in the region of 70 % for Technical/Quality and 30 % for Cost. The Contracting Body will have the option to set a minimum Technical/Quality measure for tenders which, if met, will then be evaluated further for Cost. Contracts for campaigns/assignments will be awarded under the DPS to the contractor who submits the tender which best meets the award criteria specified in this contract notice and supplemented by more precise criteria for the specific invitation to tender. All tender submissions will be evaluated and both successful and non-successful potential providers will be notified      
      Lot No: 2
      Title: One to one Personality Assessment at Senior Executive Level, Informed by Online Testing

      1)Short Description:      
      Executive Assessors

      2)Common Procurement Vocabulary:
         79600000 - Recruitment services.
                  79610000 - Placement services of personnel.
                  79635000 - Assessment centre services for recruitment.
                  79633000 - Staff development services.
         
      3)Quantity Or Scope:      
      Lot 2 One to One Personality Assessment at Senior Executive Level, Informed by Online Testing
Assessment may be in, but is not restricted to, the form of one or more of the following:
o online personality testing
o online ability testing
o one-to-one assessment interviews,
o Development and/or delivery of additional assessments such as staff engagement exercises.

The assessment activity relates to:
o recruitment selection,
o development and
o talent profiling.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The DPS will be hosted on the Crown Commercial Service (CCS) e-Sourcing system, suppliers wishing to provide an Indicative Tender (bid) must first be registered on the CCS e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS e-sourcing’. Please note that the registration process requires you to input a valid DUNS number (as provided by Dun and Bradstreet) for the potential provider for which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Copies of the full documentation relating to the use of the DPS can be accessed via the following link http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
When registered on the e-sourcing Suite, a user can express an interest for a specific procurement by emailing supplier@crowncommercial.gov.uk
Your email must clearly state: the name of the event you wish to register for (HMRC 2016 Executive Search, Selection and Executive Assessment Services Dynamic Purchasing System); the name of the registered supplier; and the name and contact details for the registered individual sending the email. CCS will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact CCS Helpdesk, Freephone: +44 3450103503
Email: supplier@ccs.gsi.gov.uk
Process for inclusion on the DPS:
— The DPS will remain Open from 24/02/2016 for suppliers wishing to provide indicative bids.
— When access to the e-Sourcing system has been provided, suppliers will be required to complete Questionnaires which will form their ‘Indicative Tender (bid)’
— The questions will be evaluated on a Pass/Fail basis
— The questions will be set to enable HMRC to establish the potential provider's capability in delivery of the specific service requirements as well as their overall technical ability, compliance with tax affairs and level of data security processes.
— Potential providers will be able to access a specification which includes the nature of the services via http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
— The Authority shall complete the evaluation of an Indicative Tender (bid) within 15 calendar days from the date of its submission or such longer period as the Authority may determine if no invitation to tender for a specific campaign/assignment is issued under the system within the 15 day period.
— If the Indicative Tender (bid) is successful the potential provider will be added to the DPS and invited to all future campaigns/assignments within the DPS.
— Any potential providers who do not meet the criteria outlined in the Indicative Tender (bid) will not be admitted onto the DPS and will be notified accordingly. There will however be an opportunity to re-apply for admittance onto the DPS at a later stage should they be able to demonstrate that the criteria can be met.
Competition for campaigns/assignments within the DPS:
— All suppliers within the DPS will be issued with an ITT for any new campaign/ assignments for the specific Lot to which they are included
— The ITT will include a full job role specification and the services required from the supplier.
The ITT will include the call off evaluation criteria which will typically be in the region of 70 % for Technical/Quality and 30 % for Cost. The Contracting Body will have the option to set a minimum Technical/Quality measure for tenders which, if met, will then be evaluated further for Cost. Contracts for campaigns/assignments will be awarded under the DPS to the contractor who submits the tender which best meets the award criteria specified in this contract notice and supplemented by more precise criteria for the specific invitation to tender. All tender submissions will be evaluated and both successful and non-successful potential providers will be notified      
      Lot No: 3
      Title: Online Personality and Ability Assessments for Senior Executives

      1)Short Description:      
      Online Executive Assessment

      2)Common Procurement Vocabulary:
         79600000 - Recruitment services.
                  79610000 - Placement services of personnel.
                  79635000 - Assessment centre services for recruitment.
                  79633000 - Staff development services.
         
      3)Quantity Or Scope:      
      Lot 3 Online Personality and Ability Assessments for Senior Executives
This requirement is for the provision of online assessment at senior executive level.

Assessment may be in, but is not restricted to, the form of one or more of the following:
o online personality testing
o online ability testing

The assessment activity relates to:
o recruitment selection,
o development and
o talent profiling.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The DPS will be hosted on the Crown Commercial Service (CCS) e-Sourcing system, suppliers wishing to provide an Indicative Tender (bid) must first be registered on the CCS e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS e-sourcing’. Please note that the registration process requires you to input a valid DUNS number (as provided by Dun and Bradstreet) for the potential provider for which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Copies of the full documentation relating to the use of the DPS can be accessed via the following link http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
When registered on the e-sourcing Suite, a user can express an interest for a specific procurement by emailing supplier@crowncommercial.gov.uk
Your email must clearly state: the name of the event you wish to register for (HMRC 2016 Executive Search, Selection and Executive Assessment Services Dynamic Purchasing System); the name of the registered supplier; and the name and contact details for the registered individual sending the email. CCS will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact CCS Helpdesk, Freephone: +44 3450103503
Email: supplier@ccs.gsi.gov.uk
Process for inclusion on the DPS:
— The DPS will remain Open from 24/02/2016 for suppliers wishing to provide indicative bids.
— When access to the e-Sourcing system has been provided, suppliers will be required to complete Questionnaires which will form their ‘Indicative Tender (bid)’
— The questions will be evaluated on a Pass/Fail basis
— The questions will be set to enable HMRC to establish the potential provider's capability in delivery of the specific service requirements as well as their overall technical ability, compliance with tax affairs and level of data security processes.
— Potential providers will be able to access a specification which includes the nature of the services via http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
— The Authority shall complete the evaluation of an Indicative Tender (bid) within 15 calendar days from the date of its submission or such longer period as the Authority may determine if no invitation to tender for a specific campaign/assignment is issued under the system within the 15 day period.
— If the Indicative Tender (bid) is successful the potential provider will be added to the DPS and invited to all future campaigns/assignments within the DPS.
— Any potential providers who do not meet the criteria outlined in the Indicative Tender (bid) will not be admitted onto the DPS and will be notified accordingly. There will however be an opportunity to re-apply for admittance onto the DPS at a later stage should they be able to demonstrate that the criteria can be met.
Competition for campaigns/assignments within the DPS:
— All suppliers within the DPS will be issued with an ITT for any new campaign/ assignments for the specific Lot to which they are included
— The ITT will include a full job role specification and the services required from the supplier.
The ITT will include the call off evaluation criteria which will typically be in the region of 70 % for Technical/Quality and 30 % for Cost. The Contracting Body will have the option to set a minimum Technical/Quality measure for tenders which, if met, will then be evaluated further for Cost. Contracts for campaigns/assignments will be awarded under the DPS to the contractor who submits the tender which best meets the award criteria specified in this contract notice and supplemented by more precise criteria for the specific invitation to tender. All tender submissions will be evaluated and both successful and non-successful potential providers will be notified      
      Lot No: 4
      Title: End -to-End Service Provision

      1)Short Description:      
      End -to-End Service Provision

      2)Common Procurement Vocabulary:
         79600000 - Recruitment services.
                  79610000 - Placement services of personnel.
                  79635000 - Assessment centre services for recruitment.
                  79633000 - Staff development services.
         
      3)Quantity Or Scope:      
      Lot 4 An end-to-end service provision including elements of the services from Lot 1, Lot 2 and LOT 3 as required               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The DPS will be hosted on the Crown Commercial Service (CCS) e-Sourcing system, suppliers wishing to provide an Indicative Tender (bid) must first be registered on the CCS e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS e-sourcing’. Please note that the registration process requires you to input a valid DUNS number (as provided by Dun and Bradstreet) for the potential provider for which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Copies of the full documentation relating to the use of the DPS can be accessed via the following link http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
When registered on the e-sourcing Suite, a user can express an interest for a specific procurement by emailing supplier@crowncommercial.gov.uk
Your email must clearly state: the name of the event you wish to register for (HMRC 2016 Executive Search, Selection and Executive Assessment Services Dynamic Purchasing System); the name of the registered supplier; and the name and contact details for the registered individual sending the email. CCS will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact CCS Helpdesk, Freephone: +44 3450103503
Email: supplier@ccs.gsi.gov.uk
Process for inclusion on the DPS:
— The DPS will remain Open from 24/02/2016 for suppliers wishing to provide indicative bids.
— When access to the e-Sourcing system has been provided, suppliers will be required to complete Questionnaires which will form their ‘Indicative Tender (bid)’
— The questions will be evaluated on a Pass/Fail basis
— The questions will be set to enable HMRC to establish the potential provider's capability in delivery of the specific service requirements as well as their overall technical ability, compliance with tax affairs and level of data security processes.
— Potential providers will be able to access a specification which includes the nature of the services via http://ccs-agreements.cabinetoffice.gov.uk/contracts/ps-2016-ps-services
— The Authority shall complete the evaluation of an Indicative Tender (bid) within 15 calendar days from the date of its submission or such longer period as the Authority may determine if no invitation to tender for a specific campaign/assignment is issued under the system within the 15 day period.
— If the Indicative Tender (bid) is successful the potential provider will be added to the DPS and invited to all future campaigns/assignments within the DPS.
— Any potential providers who do not meet the criteria outlined in the Indicative Tender (bid) will not be admitted onto the DPS and will be notified accordingly. There will however be an opportunity to re-apply for admittance onto the DPS at a later stage should they be able to demonstrate that the criteria can be met.
Competition for campaigns/assignments within the DPS:
— All suppliers within the DPS will be issued with an ITT for any new campaign/ assignments for the specific Lot to which they are included
— The ITT will include a full job role specification and the services required from the supplier.
The ITT will include the call off evaluation criteria which will typically be in the region of 70 % for Technical/Quality and 30 % for Cost. The Contracting Body will have the option to set a minimum Technical/Quality measure for tenders which, if met, will then be evaluated further for Cost. Contracts for campaigns/assignments will be awarded under the DPS to the contractor who submits the tender which best meets the award criteria specified in this contract notice and supplemented by more precise criteria for the specific invitation to tender. All tender submissions will be evaluated and both successful and non-successful potential providers will be notified         
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 in common with most other government departments 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 Client's system.
      
      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
      
      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:

      Expressions of interest must be in the form of a completed Indicative Tender (bid). Questionnaire. General eligibility and suitability to be invited to tender will be considered and applicants will therefore be required to provide a statement within an online Indicative Tender (bid) as to whether any of the circumstances (relating to mandatory and discretional grounds for exclusion) described in Regulation 23 of the Public Contracts Regulations 2006 apply. Revenue compliance checks may be undertaken throughout the tendering exercise using (where 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 applicants will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. Applicants unable to demonstrate an acceptable revenue compliance record may be excluded from tendering or from further participation in the tendering exercise. 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:
         Information regarding economic and financial capacity will be requested by the buying organisation at call off as necessary
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Information regarding technical capacity will be requested by the buying organisation at call off as necessary         
         Minimum Level(s) of standards possibly required:
         Basic information regarding technical capacity will be requested as part of the Indicative Tender (bid) submission in order to establish that the supplier provides the services required for the particular Lot/s applied for.      
      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: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria: Not Provided
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: HMRC 2016 Executive Search, Selection and Assessment Services DPS      
      IV.3.2)Previous publication(s) concerning the same contract: 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: 24/03/2020
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 40 months
   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.
HMRC is using the Crown Commercial Service e-Sourcing (e-Tendering) tool for this DPS on behalf of CS Resourcing. Consequently formal applications are to be submitted by completing an on-line Questionnaire. Information about the e-Sourcing tool/application can be obtained from http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Applications not submitted in the required form (or containing the requested information) may be rejected. 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 DPS will be considered as a contract made in England according to English law and subject to the exclusive jurisdiction of the English courts. The Authority does not bind itself to accept any Indicative Tender (bid) and reserves the right to accept any part of the Indicative Tender (bid) unless the tenderer expressly stipulates to the contrary. The Race Relations Act 1976, as amended by the Race Relations (Amendment) Act 2000 (RRA), gives the Authority a statutory duty to promote race equality. In order to fully comply with its duty under the RRA, the Authority will take steps to ensure that its procurement activity and resulting contracts also promote race equality.
The Authority expressly reserves the right (i) not to award any contract as a result of the DPS process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. There can be no guarantee of subsequent call-off contracts being awarded, any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this DPS will form a separate contract under the scope of this DPS between the supplier and the specific requesting other Contracting Body.
The Authority wishes to establish a DPS for use by the following Contracting Bodies and UK public sector bodies (and any future successors to these bodies) Central Government Departments, Executive Agencies and NDPBs.
The government departments detailed in the following list are likely to use the DPS, which includes ‘the Ministry of Defence and its agencies, trading funds and non departmental public bodies' as well as any other UK government department listed in the Office for National Statistics (ONS) Public Sector Classification Guide, which is updated monthly and can be found at the following link:
http://www.ons.gov.uk/ons/publications/all-releases.html?definition=tcm%3A77-23641
The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). However the evaluation of Indicative Tender (bid)s will be based solely on the criteria set out for the DPS.
Public Corporations:
British Broadcasting Corporation (BBC).
BNFL plc.
Export Credits Guarantee Department.
Nuclear Decommissioning Authority.
Royal Mail Group plc.
United Kingdom Atomic Energy Authority.
Urenco.
Partnerships UK.
Royal Mint.
ABRO.
Defence Aviation Repair Agency (DARA).
Defence Science and Technology Laboratory (Dstl).
Met Office.
UK Hydrographic Office.
Forensic Science Service.
NATS.
Actis Capital LLP.
CDC Group plc.
Working Links Limited.
British Waterways Authority.
Covent Garden Market Authority.
Channel 4.
The Tote.
Ordnance Survey.
QEII Conference Centre.
Northern Ireland Water.
Scottish Water. Local Authorities.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG) NDPBs.
http://www.civilservice.gov.uk/Assets/PublicBodies2009_tcm6-35808.pdf http://www.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-toF.aspx National Parks Authorities.
Educational Establishments in England and Wales, maintained by the Department for Education including Schools, Universities and Colleges but NOT.
Independent Schools.
Police Forces in the United Kingdom.
Fire and Rescue Services (including Scotland, Wales and Northern Ireland).
NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital
Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts. (There is also a drill down to NHS Doctors making them ‘easily identifiable').
Hospices.
Hospices in UK including Scotland, Wales and Northern Ireland.
Registered Social Landlords (Housing Associations).
Third Sector and Charities.
Citizens Advice.
Scottish Public Bodies.
Scottish Government.
Scottish Local Authorities.
Scottish Agencies, NDPBs.
Scottish NHS Bodies.
Scottish Further and Higher Education Bodies.
Scottish Police.
Scottish Fire and Rescue.
Scottish Housing Associations.
Scottish Parliament.
The Scotland Office.
Scotland Citizens Advice.
Scottish Schools.
Primary Schools.
Secondary Schools.
Special Schools.
Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities.
NHS Wales.
NHS Wales GP Practices.
NI Public Bodies.
Northern Ireland Government Departments.
Northern Ireland Public Sector Bodies and Local Authorities.
Schools in Northern Ireland.
Further and Higher Education in Northern Ireland.
Health and Social care in Northern Ireland.
Police Service of Northern Ireland.
Citizens Advice Northern Ireland
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=187897939
GO-2016224-PRO-7804413 TKR-2016224-PRO-7804412
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      See V1.4.2

      Body responsible for mediation procedures:
               HMRC
         5W Ralli Quays, Manchester, M60 9LA, United Kingdom
         Tel. +44 3000587827

      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 3000587827

   VI.5) Date Of Dispatch Of This Notice: 24/02/2016

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
      HMRC
      5th Floor West, 3 Stanley Street, Salford, M60 9LA, United Kingdom

View any Notice Addenda

View Award Notice

UK-Salford: Recruitment services.

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
       Contact: James Power
       Main Address: www.hmrc.gsi.gov.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      Other activity: Direct & Indirect Taxes

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: HMRC IT Cloud DPS Call Off            
      Reference number: 1554

      II.1.2) Main CPV code:
         79600000 - Recruitment services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: HMRC Has a requirement for executive search services to assist with the recruitment of an IT Cloud Director

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 1,000,000 / Highest offer:10,000,000         
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Executive Search for Senior Appointments   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.
            79610000 - Placement services of personnel.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Executive Search for Senior Appointments

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Ability / Weighting: 70
                  
      Cost criterion - Name: Cost Model as part of the call off process / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 41-67483
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1554    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             McCabe & Barton
             17-20 Ironmonger Lane, London, EC2V 8EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 22,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=222368743

   VI.4) Procedures for review

      VI.4.1) Review body
          See V1.4.2
          Manchester, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          HMRC
          5W Ralli Quays, Manchester, M60 9LA, United Kingdom
          Tel. +44 3000587827

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          HMRC
          5W Ralli Quays, Manchester, M60 9LA, United Kingdom
          Tel. +44 3000587827

   VI.5) Date of dispatch of this notice: 10/10/2016