HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | GB-Salford: Market Industry Intelligence Reporting Tool |
Notice type: | Contract Award 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: | 03/07/2017 10:06 |
View Full 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