HMRC: 16-SRC-1411 Integrated Cloud-based Office Productivity tool

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: 16-SRC-1411 Integrated Cloud-based Office Productivity tool
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Works
Procedure: Open
Short Description: In the context of this ITT a Cloud based office productivity tool refers to the following technologies: •Email •Calendar •Document Sharing and co-editing •Video Conferencing •Audio Conferencing •Instant Messaging & Presence •Office Productivity •Document Storage Encapsulating all of the above is the need to have a comprehensive Information Lifecycle Management capability. As such the ITT will look to evaluate the native Rights Management functionality of the various solutions, with the evaluation criteria being weighted appropriately for this mandatory requirement.
Published: 31/05/2016 18:20

View Full Notice

UK-Manchester: Software package and information systems.
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
             Tel. +44 7900246841, Email: louise.rayner@hmrc.gsi.gov.uk
             Contact: Louise Rayner
             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 electronically via https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement#esourcing 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: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/497306/SAP_Ariba_Sourcing_Professional_Supplier_s_Guide_-_February_2016.pdf
      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: 16-SRC-1411 Integrated Cloud-based Office Productivity tool       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: In the context of this ITT a Cloud based office productivity tool refers to the following technologies:

•Email
•Calendar
•Document Sharing and co-editing
•Video Conferencing
•Audio Conferencing
•Instant Messaging & Presence
•Office Productivity
•Document Storage
Encapsulating all of the above is the need to have a comprehensive Information Lifecycle Management capability. As such the ITT will look to evaluate the native Rights Management functionality of the various solutions, with the evaluation criteria being weighted appropriately for this mandatory requirement.       
      II.1.5) Estimated total value:
      Value excluding VAT: 15,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of Integrated Cloud-Based Office productivity tool as a Software as a Service solution, on the Suppliers Cloud or their Cloud provider. This is for a Windows based desktop estate with 87,000 devices and 75,700 users (HMRC plus Other Government Department users) in approximately 250 locations.
HMRC wishes to evaluate the viability of a wholesale transition to a cloud based office productivity tool that modernises HMRC’s working practices, with the outcome that staff collaborate more effectively.
In the context of this ITT a Cloud based office productivity tool refers to the following technologies:

•Email
•Calendar
•Document Sharing and co-editing
•Video Conferencing
•Audio Conferencing
•Instant Messaging & Presence
•Office Productivity
•Document Storage

Encapsulating all of the above is the need to have a comprehensive Information Lifecycle Management capability. As such the ITT will look to evaluate the native Rights Management functionality of the various solutions, with the evaluation criteria being weighted appropriately for this mandatory requirement.
      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: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: Not provided       


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 to manage this procurement. Tenders will not be 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 to manage this procurement. Tenders will not be 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:       
      1) Tenderers are requested to provide evidence of previous relevant experience in the last 3 years, demonstrating capacity and ability to provide the required services, inclusive of dates, size/value of contract and customer address/contact names for reference purposes;
2) Tenderers are 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.2.2) Contract performance conditions          
      Not Provided          
      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: Open Acclerated   
      Justification for the choice of accelerated procedure: PIN has already been released on the 20th April 2016 allowing suppliers to express interest.   
   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.1.6) 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: 2016/S 80 - 141199       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/06/2016 Time: 16:30
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 15/06/2016
         Time: 16:30
      

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: Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, HMRC intends to publish 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=199192725
VI.4) Procedures for review
VI.4.1) Review body:
HMRC
5W Ralli Quays, Manchester, WN6 9LA, United Kingdom
Tel. 0161 827 0898
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204638109
   VI.4) Procedures for review
   VI.4.1) Review body:
             HMRC
       5W Ralli Quays, Manchester, WN6 9LA, United Kingdom
       Tel. +44 1618270898
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   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: 31/05/2016

Annex A


View any Notice Addenda

View Award Notice