HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | GB-Salford: Market Industry Intelligence Reporting Tool |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of a Market Industry Reporting Tool(s) to assist the Client in obtaining industry research intelligence and expert analysis in respect of trade sectors and consumer behaviours and forecasts. The requirement will be divided into two Lots - Lot 1, Trade sector expert analysis reporting tool; Lot 2, Understanding on the consumer landscape reporting tool. |
Published: | 24/03/2017 10:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
HM Revenue & Customs
5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587786, Email: joanne.sykes@hmrc.gsi.gov.uk
Contact: Joanne Sykes
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.gov.uk/contracts-finder
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?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: GB-Salford: Market Industry Intelligence Reporting Tool
Reference Number: SR46280796
II.1.2) Main CPV Code:
79310000 - Market research services.
RB20-7 - For market economics
II.1.3) Type of contract: SERVICES
II.1.4) Short description: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of a Market Industry Reporting Tool(s) to assist the Client in obtaining industry research intelligence and expert analysis in respect of trade sectors and consumer behaviours and forecasts. The requirement will be divided into two Lots - Lot 1, Trade sector expert analysis reporting tool; Lot 2, Understanding on the consumer landscape reporting tool.
II.1.5) Estimated total value:
Value excluding VAT: 837,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Trade sector expert analysis reporting tool
Lot No: 1
II.2.2) Additional CPV codes:
72300000 - Data services.
79310000 - Market research services.
73100000 - Research and experimental development services.
79311400 - Economic research services.
79980000 - Subscription services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of a Trade sector expert analysis reporting tool. HMRC requires UK (and overseas where available) information, data, industry reporting on trade sectors with expert analysis functionality. The required reporting tool must have the ability to:
(a) create HMRC specific sectors and run pre-defined and ad-hoc reports;
(b) cover a broad range of UK industries (Overseas if available), making use of government industry classification (SIC codes – at 5 digit ‘class’ level);
(c) have a query tool enabling HMRC to search across the entire UK economy (Overseas if available) at the granular industry level; statistics, cost structure, levels, trends, risks, supply chain, external drivers, regional concentration
(d) cover the subject – commodity; financial market; content types; corporate or industry type; economic; trends and analysis; international; political; sport and recreation.
In addition to the above, the reporting tool must be able to provide risk analysis functionality to help understand risks such as forward-looking picture, impact assessment of critical factors on growth, competition and innovation in the market.
HMRC will require a search tool that will allow users to combine various search criteria and select specified outputs as well as having the ability to run bespoke reports against UK economy.
HMRC will require the Data to be up-to-date from official, recognised sources and be published in consistent report formats, to enable comparison between reports.
Management Information will be required to provide reports on all activities throughout the life of the contract.
Contractors will ideally be using latest web standards based on HTML5 and associated technologies.
The reporting tool will be used by approximately 1000 users, of which 250 are likely to be concurrent.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 2
Quality criterion - Name: Service Requirements - Schedule A / Weighting: 53
Quality criterion - Name: Contract Management Activity - Schedules B-J / Weighting: 3
Quality criterion - Name: ICT Product Accessibility / Weighting: 2
Cost criterion - Name: Cost Effectiveness / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 495,000
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: Yes
Description of options: Note: The initial contract will be for 24 months, however provision will be included for the extension of the contract beyond the initial primary term for a further 12 months if required. The estimated value of the procurement includes the potential for an extension.
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: Variant bids will be considered, provided that they meet specified minimum requirements and are submitted in addition to a "compliant bid" or a primary tender based on the original specification of requirement.
II.2) Description Lot No. 2
II.2.1) Title: Understanding on the consumer landscape reporting tool
Lot No: 2
II.2.2) Additional CPV codes:
72300000 - Data services.
79310000 - Market research services.
73100000 - Research and experimental development services.
79311400 - Economic research services.
79980000 - Subscription services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of an Understanding on the consumer landscape reporting tool. HMRC requires UK consumer (Including business to end consumer and business to business (known as B2B)) reporting tool, to provide analysis and performance forecasts. The reporting functionality required needs to provide an understanding of consumer attitudes and behaviours of the trade sector customers. The reports also need to include how they operate and/or the market they are in, helping to identify potential risks.
In addition to the above, the reporting tool must be able to provide a reporting tool functionality to provide strategic assessments of emerging trends to identify future risk areas to help understand a number of aspects, from revenue forecasts to threats and opportunities presented by consumers (end or B2B) to industry over coming period.
HMRC will require a search tool that will allow users to combine various search criteria and select specified outputs as well as having the ability to run bespoke reports against UK economy.
HMRC will require the Data to be up-to-date from official, recognised sources and be published in consistent report formats, to enable comparison between reports.
Management Information will be required to provide reports on all activities throughout the life of the contract.
Contractors will ideally be using latest web standards based on HTML5 and associated technologies.
The reporting tool will be used by approximately 1000 users, of which 250 are likely to be concurrent.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 2
Quality criterion - Name: Service Requirements - Schedule A / Weighting: 53
Quality criterion - Name: Contract Management Activity - Schedules B-J / Weighting: 3
Quality criterion - Name: ICT Product Accessibility / Weighting: 2
Cost criterion - Name: Cost Effectiveness / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 342,000
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: Yes
Description of options: Note: The initial contract will be for 24 months, however provision will be included for the extension of the contract beyond the initial primary term for a further 12 months if required. The estimated value of the procurement includes the potential for an extension.
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: Variant bids will be considered, provided that they meet specified minimum requirements and are submitted in addition to a "compliant bid" or a primary tender based on the original specification of requirement.
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 57 of the Public Contracts Regulations 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:
Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the tender documentation. 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. 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 2 years of trading (or for the period that is available if trading for less than 3 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.
(c) 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:
Full details regarding technical and professional ability information to be provided at the tender stage will be detailed in the tender documentation. 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:
(a) details of the principal business areas(s) in which the company is engaged and its structure, site locations and facilities;
(b) 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;
(c) details of quality systems in place, including (if applicable) details and copy certification relating to formal accreditation held, such as BS, ISO or equivalent;
(d) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and
(e) 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: 02/05/2017 Time: 10:00
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: 02/05/2017
Time: 10:00
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 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. Economic operators who wish to view the tender documentation electronically can view via Contracts Finder website: https://sid4gov.cabinetoffice.gov.uk/login 48 hours after dispatch of this notice. The Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (referred as HMRC’s SAP Ariba), this must be used by Economic Operators to express an interest and/or bid for the opportunity. (Information about HMRC’s SAP Ariba is 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, 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 multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk. If using HMRC’s SAP Ariba for the first time, including suppliers who are 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 identified with the HMRC logo at the top of the page, you may need to copy the web address directly into your browser). A system generated email will ask you to activate your SAP Ariba supplier account by verifying your email address. Upon completion of the activation process a further email will be sent to you confirming ‘registration process is now complete’ and provide you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, 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 and it is approved, email services.professional@hmrc.gsi.gov.uk no later than 11:00 on 14/04/17 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 II1.1 of this Contract Notice, Your organization’s HMRC SAP Ariba account ID: AN…:, Your organisation’s name:, Your name:, Your email address:, Your telephone number:. Economic operators who have complied will receive e-mail confirmation to access the online questionnaires. If access is not provided within one working day, contact services.professional@hmrc.gsi.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made. When requesting access to the online questionnaires, notify HMRC if you have accessibility issues (disabilities) which may prevent you from providing a quality response using HMRC’s SAP Ariba. This will then allow HMRC to agree with you an appropriate format for you to view and respond. Expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 10:00 on 03/05/17. The deadline for clarification questions is 18/04/17 with responses provided by the 24/04/17 which will allow the required 6 days for the information to be considered by Tenderers. HMRC 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=246876827
VI.4) Procedures for review
VI.4.1) Review body:
See V1.4.2
Salford, United Kingdom
VI.4.2) Body responsible for mediation procedures:
HM Revenue & Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587786, Email: services.professional@hmrc.gsi.gov.uk
Internet address: https://www.gov.uk/government/organisations/hm-revenue-customs
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: 24/03/2017
Annex A
View any Notice Addenda
UK-Salford: Market research services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
HM Revenue & Customs
5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587786, Email: joanne.sykes@hmrc.gsi.gov.uk
Contact: Joanne Sykes
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: GB-Salford: Market Industry Intelligence Reporting Tool Reference number: SR46280796
II.1.2) Main CPV code:
79310000 - Market research services.
RB20-7 - For market economics
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of a Market Industry Reporting Tool(s) to assist the Client in obtaining industry research intelligence and expert analysis in respect of trade sectors and consumer behaviours and forecasts. The requirement will be divided into two Lots - Lot 1, Trade sector expert analysis reporting tool; Lot 2, Understanding on the consumer landscape reporting tool.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 24/03/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 202291
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 24/03/2017
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: VI.3
Lot No: Not provided
Place of text to be modified: Not provided
Instead of: 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. Economic operators who wish to view the tender documentation electronically can view via Contracts Finder website: https://sid4gov.cabinetoffice.gov.uk/login 48 hours after dispatch of this notice. The Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (referred as HMRC’s SAP Ariba), this must be used by Economic Operators to express an interest and/or bid for the opportunity. (Information about HMRC’s SAP Ariba is 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, 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 multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk. If using HMRC’s SAP Ariba for the first time, including suppliers who are 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 identified with the HMRC logo at the top of the page, you may need to copy the web address directly into your browser). A system generated email will ask you to activate your SAP Ariba supplier account by verifying your email address. Upon completion of the activation process a further email will be sent to you confirming ‘registration process is now complete’ and provide you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, 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 and it is approved, email services.professional@hmrc.gsi.gov.uk no later than 11:00 on 14/04/17 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 II1.1 of this Contract Notice, Your organization’s HMRC SAP Ariba account ID: AN…:, Your organisation’s name:, Your name:, Your email address:, Your telephone number:. Economic operators who have complied will receive e-mail confirmation to access the online questionnaires. If access is not provided within one working day, contact services.professional@hmrc.gsi.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made. When requesting access to the online questionnaires, notify HMRC if you have accessibility issues (disabilities) which may prevent you from providing a quality response using HMRC’s SAP Ariba. This will then allow HMRC to agree with you an appropriate format for you to view and respond. Expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 10:00 on 03/05/17. The deadline for clarification questions is 18/04/17 with responses provided by the 24/04/17 which will allow the required 6 days for the information to be considered by Tenderers. HMRC 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.
Read: 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. Economic operators who wish to view the tender documentation electronically can view via Contracts Finder website: https://sid4gov.cabinetoffice.gov.uk/login 48 hours after dispatch of this notice. The Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (referred as HMRC’s SAP Ariba), this must be used by Economic Operators to express an interest and/or bid for the opportunity. (Information about HMRC’s SAP Ariba is 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, 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 multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk. If using HMRC’s SAP Ariba for the first time, including suppliers who are 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 identified with the HMRC logo at the top of the page, you may need to copy the web address directly into your browser). A system generated email will ask you to activate your SAP Ariba supplier account by verifying your email address. Upon completion of the activation process a further email will be sent to you confirming ‘registration process is now complete’ and provide you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, 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 and it is approved, email services.professional@hmrc.gsi.gov.uk no later than 11:00 on 14/04/17 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 II1.1 of this Contract Notice, Your organization’s HMRC SAP Ariba account ID: AN…:, Your organisation’s name:, Your name:, Your email address:, Your telephone number:. Economic operators who have complied will receive e-mail confirmation to access the online questionnaires. If access is not provided within one working day, contact services.professional@hmrc.gsi.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made. When requesting access to the online questionnaires, notify HMRC if you have accessibility issues (disabilities) which may prevent you from providing a quality response using HMRC’s SAP Ariba. This will then allow HMRC to agree with you an appropriate format for you to view and respond. Expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Online questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 10:00 on 02/05/17. The deadline for clarification questions is 18/04/17 with responses provided by the 24/04/17 which will allow the required 6 days for the information to be considered by Tenderers. HMRC 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.
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=247228216
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
HM Revenue & Customs
5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587786, Email: joanne.sykes@hmrc.gsi.gov.uk
Contact: Joanne Sykes
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: 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: Direct and Indirect Taxes
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: GB-Salford: Market Industry Intelligence Reporting Tool
Reference number: SR46280796
II.1.2) Main CPV code:
79310000 - Market research services.
RB20-7 - For market economics
II.1.3) Type of contract: SERVICES
II.1.4) Short description: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of a Market Industry Reporting Tool(s) to assist the Client in obtaining industry research intelligence and expert analysis in respect of trade sectors and consumer behaviours and forecasts. The requirement will be divided into two Lots - Lot 1, Trade sector expert analysis reporting tool; Lot 2, Understanding on the consumer landscape reporting tool.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 550,400
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Trade sector expert analysis reporting tool
Lot No:1
II.2.2) Additional CPV code(s):
72300000 - Data services.
79310000 - Market research services.
73100000 - Research and experimental development services.
79311400 - Economic research services.
79980000 - Subscription services.
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: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of a Trade sector expert analysis reporting tool. HMRC requires UK (and overseas where available) information, data, industry reporting on trade sectors with expert analysis functionality. The tool must have the ability to: create HMRC specific sectors and run pre-defined and ad-hoc reports; over a broad range of UK industries (Overseas if available), making use of government industry classification (SIC codes – at 5 digit ‘class’ level); have a query tool enabling HMRC to search across the entire UK economy (Overseas if available) at the granular industry level; statistics, cost structure, levels, trends, risks, supply chain, external drivers, regional concentration; cover the subject – commodity; financial market; content types; corporate or industry type; economic; trends and analysis; international; political; sport and recreation
II.2.5) Award criteria:
Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 2
Quality criterion - Name: Service Requirements - Schedule A / Weighting: 53
Quality criterion - Name: Contract Management Activity - Schedules B-J / Weighting: 3
Quality criterion - Name: ICT Product Accessibility / Weighting: 2
Cost criterion - Name: Cost Effectiveness / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:Note: The initial contract will be for 24 months, however provision will be included for the extension of the contract beyond the initial primary term for a further 12 months if required. The estimated value of the procurement includes the potential for an extension.
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: Variant bids will be considered, provided that they meet specified minimum requirements and are submitted in addition to a "compliant bid" or a primary tender based on the original specification of requirement.
II.2) Description (lot no. 2)
II.2.1) Title:Understanding on the consumer landscape reporting tool
Lot No:2
II.2.2) Additional CPV code(s):
72300000 - Data services.
79310000 - Market research services.
73100000 - Research and experimental development services.
79311400 - Economic research services.
79980000 - Subscription services.
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: HM Revenue & Customs (HMRC) supported by the Valuation Office Agency and The Adjudicator’s Office are tendering to acquire supplier(s) for the provision of an Understanding on the consumer landscape reporting tool. HMRC requires UK consumer (Including business to end consumer and business to business (known as B2B)) reporting tool, to provide analysis and performance forecasts. The reporting functionality required needs to provide an understanding of consumer attitudes and behaviours of the trade sector customers. The reports also need to include how they operate and/or the market they are in, helping to identify potential risks.
In addition to the above, the reporting tool must be able to provide a reporting tool functionality to provide strategic assessments of emerging trends to identify future risk areas to help understand a number of aspects, from revenue forecasts to threats and opportunities presented by consumers (end or B2B) to industry over coming period.
II.2.5) Award criteria:
Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 2
Quality criterion - Name: Service Requirements - Schedule A / Weighting: 53
Quality criterion - Name: Contract Management Activity - Schedules B-J / Weighting: 3
Quality criterion - Name: ICT Product Accessibility / Weighting: 2
Cost criterion - Name: Cost Effectiveness / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:Note: The initial contract will be for 24 months, however provision will be included for the extension of the contract beyond the initial primary term for a further 12 months if required. The estimated value of the procurement includes the potential for an extension.
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: Variant bids will be considered, provided that they meet specified minimum requirements and are submitted in addition to a "compliant bid" or a primary tender based on the original specification of requirement.
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 61-114225
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: Not Provided
Lot Number: 1
Title: Trade sector expert analysis reporting tool
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/06/2017
V.2.2) Information about tenders
Number of tenders received: 3
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)
IBIS World Limited
2nd Floor North, Artillery House, 11-19 Artillery Row, London, SW1P 1RT, United Kingdom
Tel. +44 2072229898
Internet address: https://ibisworld.co.uk/
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: 330,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Understanding on the consumer landscape reporting tool
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/06/2017
V.2.2) Information about tenders
Number of tenders received: 2
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)
Mintel Group Limited
11 Pilgrim Street, London, EC4V 6RN, United Kingdom
Tel. +44 2076064533
Internet address: http://www.mintel.com/
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: 220,400
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=265695308
VI.4) Procedures for review
VI.4.1) Review body
See V1.4.2
Salford, United Kingdom
VI.4.2) Body responsible for mediation procedures
HM Revenue & Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587786, Email: services.professional@hmrc.gsi.gov.uk
Internet address: https://www.gov.uk/government/organisations/hm-revenue-customs
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: 03/07/2017