HMRC: 1602-SCR-1350-Evidence Preservation Products-OJEU

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: 1602-SCR-1350-Evidence Preservation Products-OJEU
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Supplies
Procedure: Open
Short Description: HM Revenue and Customs are responsible for the investigation of major smuggling and Fraud and any international elements of these crimes. The National Crime Agency leads UK law enforcement’s fight against serious and organised crime. In the course of an investigation, materials and other evidence may be collected which will require forensic examination/analysis that will contribute to the intelligence relating to the case. In order to support these investigations and to provide evidence for production in court, the Client requires evidence preservation products, including but not restricted to Tamper Evident bags and seals to maintain the chain of evidence.
Published: 01/12/2016 16:22

View Full Notice

UK-Salford: Security bags.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue and Customs
             5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
             Tel. +44 3000587834, Email: jessica.goodwin@hmrc.gsi.gov.uk
             Contact: jessica.goodwin@hmrc.gsi.gov.uk
             Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full 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: 1602-SCR-1350-Evidence Preservation Products-OJEU       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      35121400 - Security bags.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: HM Revenue and Customs are responsible for the investigation of major smuggling and Fraud and any international elements of these crimes. The National Crime Agency leads UK law enforcement’s fight against serious and organised crime. In the course of an investigation, materials and other evidence may be collected which will require forensic examination/analysis that will contribute to the intelligence relating to the case. In order to support these investigations and to provide evidence for production in court, the Client requires evidence preservation products, including but not restricted to Tamper Evident bags and seals to maintain the chain of evidence.       
      II.1.5) Estimated total value:
      Value excluding VAT: 650,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      35121500 - Seals.
      33950000 - Clinical forensics equipment and supplies.
      18930000 - Sacks and bags.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: HM Revenue and Customs and National Crime Agency have a requirement throughout the UK, (including Scotland and Northern Ireland) for the provision and delivery of evidence preservation products covering the following groups of products: Tamper evident bags and seals, polybags, 4G signal blocking bags, fingerprinting products, nitrile gloves, suction bottles, cable ties and pipettes. This list is to provide tenderers with an indication and is not intended to be exhaustive.
There is a requirement for a customer service aspect to the contract with access to customer support between the hours of 8:00 and 18:00.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Merit - Schedule A Service Requirements / Weighting: 45
            Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Schdules B -G Management Activity / Weighting: 5
            Quality criterion - Name: Schedule H - Security and Business Continuity / Weighting: 5
                        
            Cost criterion - Name: Cost Effectiveness / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 650,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 29/05/2017 / End: 28/05/2020       
      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:       Yes             
      Description of options: a) There is an option of a one year extension period beyond the initial primary term.
b) The contract will be enabled for use by the following organisations via the provision of a Customer Access Agreement
Border Force
Immigration and Enforcement
Centre for Applied Science and Technology
      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 an e-sourcing (eTendering) 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 23 of the Public Contracts Regulations 2006 apply.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      HMRC is using an e-sourcing (eTendering) 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. 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.    
      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:       
      HMRC is using an e-sourcing (eTendering) 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 technical 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) details of the principal business areas(s) in which the company is engaged and its structure, site locations and facilities; 2) 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; 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) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and 5) a list of professional associations or trade bodies to which the organisation or individuals in the organisation belong. 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.1.5) 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       
      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          
      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: 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: 13/01/2017 Time: 14:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/01/2017
         Time: 14:00
      

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 Yes       
   Electronic invoicing will be accepted No       
   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. HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. Tenderers must register on the eSourcing portal:http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (Information about the e-Sourcing application, and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm.) Economic operators who require access to the online tender documentation must send an email to jessica.goodwin@hmrc.gsi.gov.uk any time up to, but no later than 17:00 on Thursday 5th January 2017. This email should contain (a) the contract reference shown in Section II 1.1 (File Reference), (b) a contact email address; (c) a contact name, (d) the company name and contact telephone number; and (e) the Ariba HMRC ANID 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 jessica.goodwin@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 must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 14:00 on Friday 13th January 2017. 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 eSourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. 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.”
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=229426330
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue and Customs
       Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 3000587834, Email: jessica.goodwin@hmrc.gsi.gov.uk
       Internet address: www.hmrc.gov.uk
   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: 01/12/2016

Annex A
   I) Addresses and contact points from which further information can be obtained:
       HM Revenue and Customs
       Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Email: jessica.goodwin@hmrc.gsi.gov.uk
       Main Address: www.hmrc.gov.uk
       NUTS Code: UK   



   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
       National Crime Agency
       Olympic House, Olympic Park, Longbarn Boulevard, Woolston Grange, Warrington, WA2 0XA, United Kingdom
       Tel. +44 1925896420, Email: marian.mcintyre@nca.x.gsi.gov.uk
       Contact: Marian McIntyre
       Main Address: www.nationalcrimeagency.gov.uk
       NUTS Code: UK

View any Notice Addenda

UK-Salford: Security bags.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       HM Revenue and Customs
       5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 3000587834, Email: jessica.goodwin@hmrc.gsi.gov.uk
       Contact: jessica.goodwin@hmrc.gsi.gov.uk
       Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: 1602-SCR-1350-Evidence Preservation Products-OJEU      Reference number: Not Provided      
   II.1.2) Main CPV code:
      35121400 - Security bags.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: HM Revenue and Customs are responsible for the investigation of major smuggling and Fraud and any international elements of these crimes. The National Crime Agency leads UK law enforcement’s fight against serious and organised crime. In the course of an investigation, materials and other evidence may be collected which will require forensic examination/analysis that will contribute to the intelligence relating to the case. In order to support these investigations and to provide evidence for production in court, the Client requires evidence preservation products, including but not restricted to Tamper Evident bags and seals to maintain the chain of evidence.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 13/12/2016

VI.6) Original notice reference:

   Notice Reference:    2016 - 194331   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 01/12/2016

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: III.1.1          
         Lot No: Not provided          
         Place of text to be modified: Not provided          
         Instead of: Regulation 23 of the Public Contract Regulations 2006          
         Read: Regulation 58 of the Public Contract Regulations 2015
                                    
   
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=231442876


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          National Crime Agency
          Olympic House, Olympic Park, Longbarn Boulevard, Woolston Grange, Warrington, WA2 0XA, United Kingdom
          Tel. +44 1925896420, Email: marian.mcintyre@nca.x.gsi.gov.uk
          Contact: Marian McIntyre
          Main Address: www.nationalcrimeagency.gov.uk
          NUTS Code: UK

View Award Notice