HMRC: Furniture Requirement for Croydon & Transitional Sites

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Furniture Requirement for Croydon & Transitional Sites
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Supplies
Procedure: Open
Short Description: To supply, deliver and install furniture and accessories for the HMRC Building our Future Programme for Croydon and Transitional Sites as part of the overall Government Hub Programme. Furniture will include task furniture such as workstations, workstation chairs, storage, monitor arms, desktop power modules and general sundries and loose furniture such as collaboration, break-out furniture, conference furniture and general sundries – the specification for which is included in the tender documents. The requirement will cover the supply and delivery of furniture, its implementation, post implementation activities such as training, guidance and transfer of knowledge on the correct operational use of the furniture, aftercare of furniture and provision of identified specialist user requirements.
Published: 25/11/2016 16:51

View Full Notice

UK-Salford: Office furniture.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs (HMRC
             5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
             Tel. +44 3000587720, Email: regina.roseff@hmrc.gsi.gov.uk
             Contact: Regina Roseff/Lesley Bond
             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: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.hmrc.gsi.gov.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions 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: Furniture Requirement for Croydon & Transitional Sites       
      Reference Number: 1605-SCR-1586
      II.1.2) Main CPV Code:
      39130000 - Office furniture.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: To supply, deliver and install furniture and accessories for the HMRC Building our Future Programme for Croydon and Transitional Sites as part of the overall Government Hub Programme. Furniture will include task furniture such as workstations, workstation chairs, storage, monitor arms, desktop power modules and general sundries and loose furniture such as collaboration, break-out furniture, conference furniture and general sundries – the specification for which is included in the tender documents. The requirement will cover the supply and delivery of furniture, its implementation, post implementation activities such as training, guidance and transfer of knowledge on the correct operational use of the furniture, aftercare of furniture and provision of identified specialist user requirements.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      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: HM Revenue and Customs (HMRC) is the UK’s tax and customs authority, responsible for making sure that the money is available to fund the UK’s public services and for helping families and individuals with targeted financial support.
Through our customs service we facilitate legitimate trade and protect our economic, social and physical security.
The Building our Future Programme is overseeing the structural reorganisation of HMRC, which will see the current landscape of 170 offices reoriented into 13 big, modern Regional Centres, equipped with the digital infrastructure and training facilities needed to make HMRC a more highly-skilled organisation, fit for the demands of the 21st century, as part of the Government Hubs Programme.
The Government Hubs Programme will transform central government’s office estate by accommodating departmental workforces in shared regional hubs and supporting office estate. The hubs will be where our future workforce needs to be: strategic locations with great public transport connectivity, local amenities and a modern working environment, including technology that supports smart working. They will be shared spaces where departments will be supported in attracting and retaining the talented individuals we need to deliver the best possible service to the public.

Croydon Regional Office is the first of 13 Regional Centres to be delivered throughout the UK over the 5 year Programme, replacing some 23 outdated and poorly located offices scattered across South East England with a single Grade A office building at a site that meets the core principles of the HMRC Locations Strategy. Staff will be drawn in from the full range of HMRC lines of business, alongside colleagues from the Valuation Office Agency.
Transitional Site – There is a requirement for a transitional site as a temporary home for teams who need to move out of Head Office and to give flexibility to support the move to the new Regional Centres.
      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: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed 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 two 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.    
      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:       
      The Contractor must have highly relevant successful experience of supplying, delivering and installing large scale office furniture solutions    
      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 OPEN
      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    
         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: Yes
      Additional information about electronic auction: The Authority reserves the right to use e-auctions as part of the tendering or procurement process
   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: 06/01/2017
            
      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:
         Until: 06/01/2018
      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/01/2017
         Time: 12:00
      

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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers 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. 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 dispatch of this notice. The Awarding Authority (HMRC) use SAP Ariba Sourcing Pro (thereafter referred to as HMRC’s SAP Ariba) which must be used to express an interest and/or bid for the opportunity. (Further information about HMRC’s SAP Ariba is available at: www.hmrc.gov.uk/about/supplying.htm) Economic operators who have used HMRC’s SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid duplicate registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email sapariba.hmrcsupport@hmrc.gsi.gov.uk Economic operators using HMRC’s SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (You must ensure that you are directed to the registration page for HMRC’s SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser). 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 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 sapariba.hmrcsupport@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.
Once you have obtained ‘your account ID’ number, please email e.procurement@hmrc.gsi.gov.uk no later than 12:00 on 02/12/16 with the following information as confirmation that you wish to express an interest and/or bid for the opportunity. The contract reference shown in Section IV.3.1 of this Contract Notice
Your HMRC SAP Ariba account ID: AN
Your organisation’s name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access to the online questionnaires. If access is not provided within one working day, please contact e.procurement@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your request for access to the online questionnaires was first made.
Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12:00 on 06/01/17. The deadline for clarification questions is 19/12/16 with responses provided by the 22/12/16 allowing the required 6 days for the information to be considered by Tenderers. 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 the online format. This will then allow HMRC to agree with you an appropriate format. HMRC does not bind itself to accept any tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=228660822
   VI.4) Procedures for review
   VI.4.1) Review body:
             VI.4.2
       Salford, 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 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: 25/11/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Salford: Office furniture.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       HM Revenue & Customs (HMRC
       5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 3000587720, Email: regina.roseff@hmrc.gsi.gov.uk
       Contact: Regina Roseff/Lesley Bond
       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: Yes

   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: Collection of Taxes

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Furniture Requirement for Croydon & Transitional Sites            
      Reference number: 1605-SCR-1586

      II.1.2) Main CPV code:
         39130000 - Office furniture.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: To supply, deliver and install furniture and accessories for the HMRC Building our Future Programme for Croydon and Transitional Sites as part of the overall Government Hub Programme. Furniture will include task furniture such as workstations, workstation chairs, storage, monitor arms, desktop power modules and general sundries and loose furniture such as collaboration, break-out furniture, conference furniture and general sundries – the specification for which is included in the tender documents. The requirement will cover the supply and delivery of furniture, its implementation, post implementation activities such as training, guidance and transfer of knowledge on the correct operational use of the furniture, aftercare of furniture and provision of identified specialist user requirements.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,700,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      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: Supply of Furniture

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Cost / Weighting: 50
            

      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: Yes

   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
       Not Provided
   

   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: 1608-SCR-1586    
   Lot Number: Not Provided    
   Title: Furniture Procurement (Croydon and E14)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Senator International Limited
             Syke Side Drive, Altham Business Park, Accrington, BB5 5YE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,700,000          
         Total value of the contract/lot: 4,700,000
         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=257763842

   VI.4) Procedures for review

      VI.4.1) Review body
          VI.4.2
          Salford, United Kingdom

      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 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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/05/2017