HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Predictive Analytics |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The purpose of this Contract Notice is to alert interested parties that HM Revenue and Customs (HMRC) are tendering for a partner to design an industry best practice operating model to enhance capability in the exploitation of Predictive Analytics (PA) in tax non-compliance risking |
Published: | 12/10/2017 16:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
HMRC
5th Floor West, 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: UKD
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 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: Predictive Analytics
Reference Number: SR60759575
II.1.2) Main CPV Code:
72316000 - Data analysis services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The purpose of this Contract Notice is to alert interested parties that HM Revenue and Customs (HMRC) are tendering for a partner to design an industry best practice operating model to enhance capability in the exploitation of Predictive Analytics (PA) in tax non-compliance risking
II.1.5) Estimated total value:
Value excluding VAT: 360,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: HMRC is the UK’s tax authority. HMRC’s objectives are to bring in the maximum amount of tax owed to the Exchequer and bear down on avoidance and evasion; transform tax and payments for our customers; and design and deliver a professional, efficient and engaged organisation. The aim of this work will be to support HMRC Risk & Intelligence Service to become a "world leader" in exploiting the use of PA to tackle non-compliance tax risks. We are seeking support from an external partner to develop best practice in PA based on exemplars and current industry knowledge management. The external partner must have recent relevant experience of delivering a PA operating model on projects of similar scale for other organisations.
The contractor must provide personnel with the necessary skills, knowledge and experience to deliver the PA operating model. The contractor will undertake an end to end assessment of HMRC standard operating procedures to produce a gap analysis: baseline best practice in use of data science techniques to design an operating model with capability for HMRC to maintain and update to include future requirements that keep pace with global innovations.
HMRC is currently undergoing a major IT transformation. The operating model must be developed in a manner that will allow it to be readily integrated into and used on HMRC’s existing IT infrastructure platforms and sufficiently flexible to be adjusted or rebuilt to retain its functionality on completion of the transformation.
The contractor must support HMRC to develop PA tax non-compliance risking by providing HMRC staff with the knowledge, skills and technical documentation to operate, modify, adapt and further develop the operating model capability without on-going support. HMRC will require assurance of all works undertaken
During the development the partner will, from time to time be required to work within HMRC premises and take a ‘knowledge and skills transfer’ approach. A requirement will be for HMRC to own the Intellectual Property Rights for the PA operating model and all documentation and supporting materials produced for the purpose.
The anticipated scope of the work is likely to include:
1.Baseline existing Compliance PA operating model, processes and future plans, assessing improvement opportunities against industry best practise delivery models, enabling HMRC to build capability to solve business problems, innovate and reduce our costs;
2. Support outcome recommendations of operating model baseline, compare current team’s PA data analytics & project management skills against current industry standards;
3. Develop bespoke PA data science & related project management techniques;
4. Deliver a tailored learning, development and upskilling event to address current skills gap;
5. In relation to the tailored learning event, provide a handover training package which can be utilised across HMRC;
6. Make recommendations to introduce enhancements to our current internal and external professional networks to support current & future organisation capability development and analytical problem solving to keep pace with cutting edge data science innovations;
7. Taking account of HMRC constraints and dependencies, make practical recommendations on how we could more effectively meet HMRC’s strategic objectives of improving compliance and reducing operating costs e.g. automation of processes and step-change innovation
8. Provide solutions to help HMRC solve existing business problems e.g. using industry best practice and external approaches to identify risk and optimise compliance outcomes for different customer segments and intervention approaches whether we are data rich or data poor and suggestions for better segmentation of populations. The Contractor must be sure that the outputs from the solution are capable of being integrated into the HMRC data processes and Information Technology (IT) infrastructure.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 4
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:
Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
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 three years of trading (or for the period that is available if trading for less than three years) or (b) For the most recent full year of trading, where this information is not available in audited form, a copy of the draft or unaudited financial accounts or equivalent information showing the Tenderer's turnover, profit and loss and cash flow position and an end period balance sheet or, where this cannot be provided, a statement signed by the finance director or similar responsible person detailing any major changes in the current financial position since the date of the latest audited accounts provided.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The external partner must have recent relevant experience of delivering predictive analysis skills capability on three projects of similar scale for other organisations.
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: Whilst no decision has been made the Authority reserves the right to use e-auctions as part of the tendering or procurement process if it wishes.
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: 2017/S 166 - 341742
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/11/2017 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): 12
IV.2.7) Conditions for opening of tenders:
Date: 07/11/2017
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 Yes
Electronic invoicing will be accepted Yes
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.Additional Information: HMRC use an HMRC version of SAP Ariba Sourcing Pro to help the procurement process and this must be used by suppliers to register for the supplier day 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)
Suppliers who have used HMRCs Ariba previously will already have an account and an account number (ANXXXXXXXXXX). Previously registered users having difficulty recovering their account ID number or identify users within their organisation should email sapariba.hmrcsupport@hmrc.gsi.gov.uk for assistance.
Suppliers using HMRCs Ariba for the first time, 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 HMRCs Ariba which has the HMRC logo at the top of the page. 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 (AN) 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 (AN) 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 title shown in Section II.1.1 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:
Suppliers 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=282047734
VI.4) Procedures for review
VI.4.1) Review body:
HMRC
5W Ralli Quays, Manchester, M60 9LA, United Kingdom
Email: tony.fellowes@hmrc.gsi.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:
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: 12/10/2017
Annex A