HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | 1703-PSCR-SR65976229-HR OD Support Services |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change management expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in ‘OD Road Maps’ as developed in a previous exercise (Phase 1). |
Published: | 09/06/2017 16:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
HM Revenue & Customs HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587724, Email: tony.fellowes@hmrc.gsi.gov.uk
Contact: Tony Fellowes
Main Address: www.hmrc.gsi.gov.uk
NUTS Code: UKD3
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.contractsfinder.service.gov.uk/Search
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: 1703-PSCR-SR65976229-HR OD Support Services
Reference Number: Not provided
II.1.2) Main CPV Code:
79996000 - Business organisation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change management expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in ‘OD Road Maps’ as developed in a previous exercise (Phase 1).
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
Maximum number of lots that may be awarded to one tenderer: 1
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: Organisational Design, Development and Implementation Services
Lot No: 1
II.2.2) Additional CPV codes:
79996000 - Business organisation services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in the ‘OD Road Maps’ developed in a previous exercise (Phase 1).
The service provider shall:
Provide its expert experience to support HMRC to deliver a future proof design whilst transferring relevant skills to HMRC personnel to leave a legacy of design expertise;
Provide option papers and cost benefit analysis of different types of models ensuring HMRC makes informed decisions;
Provide a design that fits current requirements but also allows flexibility for changes in HMRC requirements; and
Have a proven record and capacity to deliver rapid, agile and digital progress of the development and design of the new organisational design.
HMRC will project manage the overall project but the partner will be required to provide the resource and the plan to manage their consultants and work, feeding into the overall HMRC project.
No guarantee is given to the volume or value of the services required during the full term of the Framework, but for the period up to March 2018 the estimated value of work for both lots is £800k. The maximum value of work that may be commissioned through the framework is £4m but the actual total value is likely to be less than this.
Tenderers are only be able to apply for one of the two Lots and will be expected to collaborate with the service provider from the other Lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Merit Specification Requirements / Weighting: 55
Quality criterion - Name: Security / Weighting: 3
Quality criterion - Name: Social Environmental and Innovative Characteristics / Weighting: 2
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 3,000,000
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: 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
II.2) Description Lot No. 2
II.2.1) Title: Culture, Values and Behavioural Changes Delivery Services
Lot No: 2
II.2.2) Additional CPV codes:
79996000 - Business organisation services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers Culture and values change expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in the ‘OD Road Maps’ developed in a previous exercise (Phase 1).
The service provider shall:
provide its expert experience to support HMRC to deliver a future proof design whilst transferring relevant skills to HMRC personnel to leave a legacy of design expertise;
provide a design that fits current requirements but also allows flexibility for changes in HMRC requirements; and
HMRC will project manage the overall project but the partner will be required to provide the resource and the plan to manage their consultants and work, feeding into the overall HMRC project.
No guarantee is given to the volume or value of the services required during the full term of the Framework, but for the period up to March 2018 the estimated value of work for both lots is £800k. The maximum value of work that maybe commissioned through the framework is £4m but the actual total value is likely to be less than this.
Tenderers are only be able to apply for one of the two Lots and will be expected to collaborate with the service provider from the other Lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Merit Specification Requirement / Weighting: 55
Quality criterion - Name: Security / Weighting: 3
Quality criterion - Name: Social Environmental and Innovative characteristics / Weighting: 2
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
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: 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 two 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:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
For the lot applied for, the Tenderer must have previous experience supporting a large business, 20,000+ employees, in the public or private sector, in implementing a new major organisational design restructure and to transform their culture, values and behavioural change
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: A reverse auction will not be used in the setting up of the framework agreement but the right is reserved to use an e-Auction as part of any call off 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: 10/07/2017 Time: 12:00
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: 10/07/2017
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 Awarding Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (hereafter referred to as HMRC’s instance of SAP Ariba) to facilitate the procurement process and this must be used by economic operators to express an interest and/or bid for the opportunity described in this Contract Notice. (Further information about HMRC’s instance of SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm)
Economic operators who have used HMRC’s instance of SAP Ariba previously: you will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your organisation’s 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
Economic operators using HMRC’s instance of 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 instance of 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)
As part of the registration process 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 by return 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 organization’s account ID’ number, please email e.procurement@hmrc.gsi.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity described in this Contract Notice.
The contract reference shown in Section IV.3.1 of this Contract Notice
Your organisation’s HMRC SAP Ariba account ID: ANXXXXXXXXXXX
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 the online questionnaires. If access is not provided to the online questionnaires 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=262548758
VI.4) Procedures for review
VI.4.1) Review body:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 3000587724
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period at the time of 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 l.1. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/06/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
HM Revenue & Customs HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587724, Email: tony.fellowes@hmrc.gsi.gov.uk
Contact: Tony Fellowes
Main Address: www.hmrc.gsi.gov.uk
NUTS Code: UKD3
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.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 tax collection
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: 1703-PSCR-SR65976229-HR OD Support Services
Reference number: Not Provided
II.1.2) Main CPV code:
79996000 - Business organisation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change management expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in ‘OD Road Maps’ as developed in a previous exercise (Phase 1).
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 900,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Organisational Design, Development and Implementation Services
Lot No:1
II.2.2) Additional CPV code(s):
79996000 - Business organisation services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: HM Revenue & Customs (HMRC) are setting up a framework of Service Providers who upon request will be able to work alongside internal colleagues, primarily based in London, in the development and implementation of an organisational plan which will not only change the organisational design of HMRC but also its culture and values. HMRC are seeking Service Providers with deep knowledge and relevant experience in: Organisational Design (OD); specialist skills of rapid, digital and agile approach to OD around customer journeys; Culture and values change expertise; coaching and support in transferring skills to HMRC colleagues; communication and stakeholder engagement and customer journey road mapping to help create a customer centered culture. During the development, implementation of the project and skills transfer, the partner will be expected to deliver the outcomes captured in the ‘OD Road Maps’ developed in a previous exercise (Phase 1).
II.2.5) Award criteria:
Quality criterion - Name: Technical Merit Specification Requirements / Weighting: 55
Quality criterion - Name: Security / Weighting: 3
Quality criterion - Name: Social Environmental and Innovative Characteristics / Weighting: 2
Cost criterion - Name: Price / Weighting: 40
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: Not Provided
Lot Number: 1
Title: Organisational Design, Development and Implementation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Korn Ferry Hay Group Ltd
Ryder Court, 14 Ryder Street, London, SW1Y 6QB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
KPMG LLP, 15 Canada Square
London, E14 5GL, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
PA Consulting Group
123 Buckingham Palace Road, London, SW1W 9SR, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Q5 Partners LLP, Little Tufton House
3 Dean Trench Street, London, SW1P 3HB, United Kingdom
NUTS Code: UKI
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: 900,000
Total value of the contract/lot: 900,000
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: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2017
V.2.2) Information about tenders
Number of tenders received: 6
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)
Korn Ferry Hay Group Ltd
London, United Kingdom
NUTS Code: UKI
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: 900,000
Total value of the contract/lot: 900,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: 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 Awarding Authority (HMRC) use an HMRC instance of SAP Ariba Sourcing Pro (hereafter referred to as HMRC’s instance of SAP Ariba) to facilitate the procurement process and this must be used by economic operators to express an interest and/or bid for the opportunity described in this Contract Notice. (Further information about HMRC’s instance of SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm)
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=278079428
VI.4) Procedures for review
VI.4.1) Review body
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Tel. +44 3000587724
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority will incorporate a minimum 10 calendar day standstill period at the time of 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 l.1. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 07/11/2017