HMRC: Managed Desktop Services

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Managed Desktop Services
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: This contract covers a range of commodity services such as management and support of end user devices, application packaging and deployment, IMACD, administrative infrastructure, remote access, application performance monitoring and virtual desktops, but also includes some requirements bespoke to HMRC. The full scope and requirement is set out in Section II.2. Please note that HMRC is currently undergoing a significant period of transformation, and so some of the details of these requirements (including scope, scale and timings), particularly for those listed as options, may not be available to suppliers until later in the competitive dialogue process.
Published: 20/04/2016 13:07

View Full Notice

UK-Manchester: Technical computer support services.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs
             5th Floor West, Ralli Quays, 3 Stanley Street, Salford, Manchester, M60 9LA, United Kingdom
             Email: e.procurement@hmrc.gsi.gov.uk
             Contact: Libby Daniels
             Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
             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.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement#esourcing
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Managed Desktop Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72611000 - Technical computer support services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This contract covers a range of commodity services such as management and support of end user devices, application packaging and deployment, IMACD, administrative infrastructure, remote access, application performance monitoring and virtual desktops, but also includes some requirements bespoke to HMRC.

The full scope and requirement is set out in Section II.2. Please note that HMRC is currently undergoing a significant period of transformation, and so some of the details of these requirements (including scope, scale and timings), particularly for those listed as options, may not be available to suppliers until later in the competitive dialogue process.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      30200000 - Computer equipment and supplies.
      32320000 - Television and audio-visual equipment.
      38653400 - Projection screens.
      48000000 - Software package and information systems.
      50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
      51000000 - Installation services (except software).
      51310000 - Installation services of radio, television, sound and video equipment.
      51600000 - Installation services of computers and office equipment.
      72500000 - Computer-related services.
      30120000 - Photocopying and offset printing equipment.
      30100000 - Office machinery, equipment and supplies except computers, printers and furniture.
      30121000 - Photocopying and thermocopying equipment.
      50310000 - Maintenance and repair of office machinery.
      50313000 - Maintenance and repair of reprographic machinery.
      79800000 - Printing and related services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: End User Devices
The build, deployment, maintenance and support of end user devices (including mobile devices e.g. Blackberries). Break/fix, 2nd and 3rd line support for all Managed Desktop Services scope. Management of the operational support relationship with vendors. The asset management of all Managed Desktop Services scope for hardware and software. The break/fix and support of presentation/audio-visual equipment for all meeting and training rooms. The support and management of video conferencing equipment/software. Optional support and management of managed printing and application printing services. The ongoing maintenance of the anti-virus client, anti-virus definition file updates, hot-fix and patching activities to maintain the installed fleet of workstations (physical and virtual) to the level agreed with HMRC.

Application Packaging and Deployment
The provision of an application packaging service including software distribution and support.

IMACDs
Management of all 'Install, Move, Add, Change and Decommission' processes for end user devices. Options for secure disposal of hardware and peripherals.

Administrative Infrastructure
The management and support of administrative infrastructure including Active Directory, LDAP Directory Services, Forefront Identity Manager, etc. The management and support of servers relating to the scope of the Managed Desktop Procurement. Specialist support and project work related to integration and support of cloud based mail provider within the HMRC environment, such as management of APIs, client-side add-ins and Global Address List sharing among other functions. Specialist support and project work related to the integration and support of a third-party cloud storage provider, such as management of APIs and data migrations. The provision and support of testing and testbed environments relating to the scope of the Managed Desktop Procurement. Option for managed email service for subset of HMRC users. Option for provision, management and support of CIFS filestore.
Management of infrastructure and content for controlled access to the internet.

Remote Access
The management and support of the Remote Access Service.

Application Performance Monitoring
The option for the provision, management and support of end-to-end desktop Application Performance Monitoring.

Virtual Desktop
The management and support of a virtual desktop environment to be used by other government departments for accessing HMRC applications.

Procurement
The option to buy additional hardware and software through this contract, as required.

Project Work
The provision of professional services for project work related to Managed Desktop scope.
Transition & Implementation Services:
The management and delivery of transition and implementation services to enable the commencement and ongoing delivery of the contracted services
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 31/03/2017 / End: 30/06/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 of 12 months each.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 8       
      Objective criteria for choosing the limited number of cadidates: As described in the Descriptive Document, PQQ and Tender Documents
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The award criteria will be the most economically advantageous tender in terms of the sole basis award criterion of the best price / quality ratio. It is envisaged that quality will encompass contractual compliance and most appropriate technical solution and compliance with the technical requirements. The Contracting Authority envisages that the price / quality at final tender will be approx.35/65 as updated during the phases of the procurement process.

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 in terms of the sole basis award criterion of the best price / quality ratio.

Any contract or agreement resulting from the Invitation to Submit a Final Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Awarding Authority does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary.

A Supplier event will be held prior to the PQQ submission deadline. The date, venue and time will be advised shortly after the publication of this notice and potential suppliers are advised to check regularly for further details. Any supplier unable to attend may request the slide deck from the day. The event will be held in London. To register for the Supplier event, please register via email address in section 1. There will be a limit of 3 attendees from each supplier at the event. Please provide details of each attendee when registering for the event. Further details of the event, including venue, will be sent following registration. Suppliers must have registered for the Supplier Event 2 working days prior to the event; registration cannot be guaranteed after this time.

A Descriptive Document is available via the contact details on section 1.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      HMRC is using a SAP Ariba e-sourcing tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated that they have the necessary personal standing and are eligible and suitable to be awarded a public contract. Tenderers will therefore be required to provide a statement within an online “selection questionnaire” as to whether any of the circumstances (relating to mandatory and discretionary grounds for exclusion) described in Regulation 57 of the Public Contracts Regulations (PCR) 2015 apply. Revenue compliance will be considered and checks will be undertaken throughout the tendering exercise, using, as applicable, information from HMRC’s own records. UK applicants will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Overseas or non-UK Tenderers will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      HMRC is using a SAP Ariba e-sourcing tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online “selection questionnaire” that they have the necessary economic or financial capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) audited accounts (to include balance sheet and statement of profit and loss) and/or similar financial statements or information; 2) statement of turnover in respect of the required goods and/or service only; and 3) details of Public Liability and Employers Liability Insurance (as applicable) and other relevant insurances. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Information and formalities necessary (via PQQ) for evaluating if requirements are met:
1) Tenderers will be requested (via PQQ) to provide 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;
2) Tenderers will be requested to provide evidence to demonstrate their understanding of, and show how they will implement effective plans to manage any probity and conflict issues pursuant to Regulations 18, 24, 41 and 57 (8) (e) and (f) of the Public Contracts Regulations 2015, and HMRC will make specific reservations in order to protect the competition, prevent distortion of competition and ensure equal treatment of all economic operators.
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) Details of the company's health and safety policy;
5) Details of environmental policy and copies of any relevant accreditation; 6) A list of professional associations or trade bodies to which your organisation or individuals in your organisation belong. If a company is a subsidiary, a member of a group or consortia, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Performance bonds, bank guarantees or parent company guarantees may be required.

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.

Legal form to be taken by the group of economic operators to whom the contract is to be awarded:-
No special legal form is required, but each supplier will be required to become jointly and severally liable for the contract before acceptance. If the contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Agreement.

Any contract awarded will be subject to the Contracting Authority's Conditions of Contract.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/05/2016 Time: 09:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.Participants are advised that the contract will be awarded for an initial term of 3 years and 3 months (including transition) with an option to extend for a further 1 year, plus 1 year and this will be exercised at the discretion of the Contracting Authority.
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, HMRC intends to publish the pre-qualification questionnaire (PQQ), the invitation to tender (ITT) document, and the text of any contract awarded, subject to possible redactions at the discretion of HMRC. The terms of the proposed contract will also permit a public sector contracting authority to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority.
The Contracting Authority expressly reserves the right:
(I) Not to award any contract as a result of the procurement process commenced by publication of this notice; and
(II) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential suppliers.
HMRC wishes to award a contract for use by HMRC and the following UK public sector bodies (and any future successors to these organisations): RCDTS (a company limited by guarantee wholly owned by the Contracting Authority and compliant with Regulation 12 of the PCR 2015) and successor or other company or entity controlled by HMRC, and any other third parties granted access to HMRC systems within the scope of HMRC Managed Desktop Services.
HMRC is conducting this tendering exercise via the SAP Ariba e-sourcing tool under a Competitive Dialogue procedure in compliance with Regulation 30 of the PCR 2015. ((Information about the SAP Ariba e-sourcing tool, and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm.). Economic operators who have difficulty accessing the online tender documentation must send an email to e.procurement@hmrc.gsi.gov.uk any time up to, but no later than 12:00 on 29/04/2016. This email should contain (a) the contract reference shown in Section IV.3.1 (File Reference), (b) a contact email address; (c) a contact name; and (d) the company name and contact telephone number. Economic operators who have complied with the foregoing will receive details of how to access the online Tender documentation. (If an email response from HMRC is not received within one working day of your request, re-contact e.procurement@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when the request was first made). Online Tender documentation (PQQ) must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 09:00 on 24/05/2016. Tender documentation not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online Tender documentation, please notify the Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the SAP Ariba e-sourcing tool. 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=196905936
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue & Customs
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    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 Contracting Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/04/2016

Annex A


View any Notice Addenda

View Award Notice