HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | HMRC Scanning Services |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | HMRC wishes to digitise as much incoming paper-based mail as possible and consolidate its scanning requirements under one outsourced service contract. Digitising incoming paper is part of HMRC’s Digital Strategy. The service eliminates a significant percentage of the department’s manual handling of paper, reducing the need for resource and storage. Currently HMRC has a service in place that scans structured and non-structured mail for downstream processing by a user, robot or automatic transactional processing. HMRC also has a separate service in place for the provision of evidential scanning to support its litigation work. |
Published: | 03/09/2018 14:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
HMRC
Barkley House, Castle Meadow Road, Nottingham, NG2 1BA, United Kingdom
Tel. +44 07469023302, Email: thomas.atkins@hmrc.gsi.gov.uk
Contact: Tom Atkins
Main Address: www.hmrc.gsi.gov.uk
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: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/602155/SAP_Ariba_Sourcing_Professional_Suppliers_Guide
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: HMRC Scanning Services
Reference Number: Not provided
II.1.2) Main CPV Code:
79999100 - Scanning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: HMRC wishes to digitise as much incoming paper-based mail as possible and consolidate its scanning requirements under one outsourced service contract. Digitising incoming paper is part of HMRC’s Digital Strategy. The service eliminates a significant percentage of the department’s manual handling of paper, reducing the need for resource and storage. Currently HMRC has a service in place that scans structured and non-structured mail for downstream processing by a user, robot or automatic transactional processing. HMRC also has a separate service in place for the provision of evidential scanning to support its litigation work.
II.1.5) Estimated total value:
Value excluding VAT: 18,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72212311 - Document management software development services.
72512000 - Document management services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: HMRC is looking to procure an outsourced digital mail room and scanning service. The procurement will consolidate HMRC’s scanning requirements under one service contract and leverage best value through economies of scale. The current scope of the new service includes but is not limited to:
•Structured and unstructured incoming paper-based mail. To receive, open, sort, log incoming paper-based mail and prepare documents for scanning. This is a core service
•Evidential Scanning - Scanning and storage of evidential documents and material. This is a core service
•Back Scanning - This would replace physical storage of paper records in local offices. This is an optional service.
•Microfiche & Microfilm Digitisation - The scanning and digitising of microfiche, currently held in a climate controlled facility. This is an optional service.
•Archive Scanning. The scanning of paper files currently held in the HMRC estate. This is an optional service.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Supplier Solution / Weighting: 20
Quality criterion - Name: Transition / Weighting: 10
Quality criterion - Name: Continuity of Service / Weighting: 10
Quality criterion - Name: Innovation / Weighting: 10
Quality criterion - Name: Relationship / Weighting: 10
Quality criterion - Name: Exit Management / Weighting: 5
Cost criterion - Name: Total Cost of Ownership / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 18,000,000
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: Suppliers should be mindful of HMRC’s Digital Strategy and its associated objectives.
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:
Not 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) :
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 Acclerated
Justification for the choice of accelerated procedure: Open procedure with Prior Information Notice allowing for reduced timescale.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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: 21/09/2018 Time: 15:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 24/09/2018
Time: 09:00
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.A Supplier Day will be held 10am - 12pm on the 29th May 2016, Abbey House, Telford, TF2 9RG at which HMRC will share with the supplier community its thinking around the proposed to-be service. Subsequently suppliers will have the opportunity to attend one-to-one sessions that will be held between May and June 2016 (details yet to be confirmed).
In order to register for the supplier day you will need to do so via HMRC's SAP Ariba tool which can be accessed via the link below:
The registration link is: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
If you have any questions about registration please direct them towards the contact given in this notice
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=341337180
VI.4) Procedures for review
VI.4.1) Review body:
Not given
Not given, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 03/09/2018
Annex A