HMRC: Security Systems Enterprise Service

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Security Systems Enterprise Service
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: HMRC require an external business partner who can install and maintain a Cloud Based (Crown Hosted) Enterprise level unified access control and video system which must be compatible with existing and planned installations at our Regional Centres utilising a Master Application Server and Regional Satellite Application Servers arrangement. The Supplier will lead the delivery, installation, configuration and management of the master unified Security Enterprise System and associated contingency solution for system resilience. The system must be capable of holding up to 250,000 card holder records. The Supplier will provide strategic and technical support to fully integrate the locally unified Satellite Security Enterprise Systems at the existing and planned Regional Centre locations across the UK as they become operational.
Published: 03/07/2019 16:48

View Full Notice

UK-Telford: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs
             6th Floor, Plaza 1,, Ironmasters Way, Telford, TF3 4NT, United Kingdom
             Tel. +44 3000510583, Email: eleanor.padfield@hmrc.gov.uk
             Contact: Eleanor Padfield
             Main Address: www.hmrc.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: Yes.
      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 https://service.ariba.com/Sourcing.aw/ad/s4FullSelfRegister 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
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Security Systems Enterprise Service       
      Reference Number: SR223296156
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: HMRC require an external business partner who can install and maintain a Cloud Based (Crown Hosted) Enterprise level unified access control and video system which must be compatible with existing and planned installations at our Regional Centres utilising a Master Application Server and Regional Satellite Application Servers arrangement.
The Supplier will lead the delivery, installation, configuration and management of the master unified Security Enterprise System and associated contingency solution for system resilience. The system must be capable of holding up to 250,000 card holder records.
The Supplier will provide strategic and technical support to fully integrate the locally unified Satellite Security Enterprise Systems at the existing and planned Regional Centre locations across the UK as they become operational.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      35120000 - Surveillance and security systems and devices.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: HMRC require an external business partner who can install and maintain a Cloud Based (Crown Hosted) Enterprise level unified access control and video system which must be compatible with existing and planned installations at our Regional Centres utilising a Master Application Server and Regional Satellite Application Servers arrangement.
The Supplier will lead the delivery, installation, configuration and management of the master unified Security Enterprise System and associated contingency solution for system resilience. The system must be capable of holding up to 250,000 card holder records.
The Supplier will provide strategic and technical support to fully integrate the locally unified Satellite Security Enterprise Systems at the existing and planned Regional Centre locations across the UK as they become operational.
For information the existing locally unified Satellite Security Enterprise Systems in place are CCure 9000 and Victor Video Edge systems which operate through Master and Satellite Application Servers.
The Enterprise Partner will work with HMRC to set up a communication port with the planned Government Wide Access Control Database.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Mobilisation and System Installation / Weighting: 15
            Quality criterion - Name: Delivery of Service / Weighting: 10
            Quality criterion - Name: Technical and Maintenance Support / Weighting: 12
            Quality criterion - Name: Security / Weighting: 10
            Quality criterion - Name: Innovation / Weighting: 10
            Quality criterion - Name: Social Value / Weighting: 3
                        
            Cost criterion - Name: Cost Effectiveness / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: There will be the option extend by 12 months after the initial 48 month term.
      
      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) :          
      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: 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: 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: 12/08/2019 Time: 17:00
            
      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: 12/08/2019
         Time: 17:00
      

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 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. 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 do so by searching on the Contracts Finder website: https://www.contractsfinder.service.gov.uk/Search login 48 hours after the dispatch of this notice. HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC’s SAP Ariba) and this must be used to express an interest and/or bid for the opportunity. (Further information about HMRC’s SAP Ariba is available on the HMRC website: 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 and 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 Economic operators using HMRC’s 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 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). 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 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 account ID’ number, please email e.procurement@hmrc.gsi.gov.uk no later than 12:00 on 17/07/19 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 IV.3.1 of this Contract Notice
Your HMRC SAP Ariba account ID: AN
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 to the online questionnaires. If access is not provided 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.
Questionnaires must be fully completed (and any associated hard-copy documents received by HMRC) no later than 17:00 on 12/08/19. The deadline for clarification questions is 26/07/19 with responses provided by the 02/08/19 which will allow the required 6 days for the information to be considered. Tenders not submitted in the required form (or containing the requested information) may be rejected. 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=411439791
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue & Customs
       Telford, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             TBC
          Telford, United Kingdom
   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: 03/07/2019

Annex A


View any Notice Addenda

Security Systems Enterprise Service

UK-Telford: Information technology services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       HM Revenue & Customs
       6th Floor, Plaza 1,, Ironmasters Way, Telford, TF3 4NT, United Kingdom
       Tel. +44 3000510583, Email: eleanor.padfield@hmrc.gov.uk
       Contact: Eleanor Padfield
       Main Address: www.hmrc.gov.uk
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Security Systems Enterprise Service      Reference number: SR223296156      
   II.1.2) Main CPV code:
      72222300 - Information technology services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: HMRC require an external business partner who can install and maintain a Cloud Based (Crown Hosted) Enterprise level unified access control and video system which must be compatible with existing and planned installations at our Regional Centres utilising a Master Application Server and Regional Satellite Application Servers arrangement.
The Supplier will lead the delivery, installation, configuration and management of the master unified Security Enterprise System and associated contingency solution for system resilience. The system must be capable of holding up to 250,000 card holder records.
The Supplier will provide strategic and technical support to fully integrate the locally unified Satellite Security Enterprise Systems at the existing and planned Regional Centre locations across the UK as they become operational.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 25/07/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 231585   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 03/07/2019

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          
         Place of text to be modified: VI.3 Additional Information          
         Instead of:
         Date: 12/08/2019         
         Local Time: Not Provided          
         Read:
         Date: 26/08/2019         
         Local Time: Not provided                   
      
      VII.1.2) Text to be corrected in original notice No: 2
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Not provided          
         Instead of:
         Date: 12/08/2019         
         Local Time: Not Provided          
         Read:
         Date: 26/08/2019         
         Local Time: Not provided                   
   
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=417067962


View Award Notice

UK-Telford: Information technology services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       HM Revenue & Customs
       6th Floor, Plaza 1,, Ironmasters Way, Telford, TF3 4NT, United Kingdom
       Tel. +44 3000510583, Email: eleanor.padfield@hmrc.gov.uk
       Contact: Eleanor Padfield
       Main Address: www.hmrc.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: 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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Security Systems Enterprise Service            
      Reference number: SR223296156

      II.1.2) Main CPV code:
         72222300 - Information technology services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: HMRC require an external business partner who can install and maintain a Cloud Based (Crown Hosted) Enterprise level unified access control and video system which must be compatible with existing and planned installations at our Regional Centres utilising a Master Application Server and Regional Satellite Application Servers arrangement.
The Supplier will lead the delivery, installation, configuration and management of the master unified Security Enterprise System and associated contingency solution for system resilience. The system must be capable of holding up to 250,000 card holder records.
The Supplier will provide strategic and technical support to fully integrate the locally unified Satellite Security Enterprise Systems at the existing and planned Regional Centre locations across the UK as they become operational.

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,600,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            35120000 - Surveillance and security systems and devices.


      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: HMRC require an external business partner who can install and maintain a Cloud Based (Crown Hosted) Enterprise level unified access control and video system which must be compatible with existing and planned installations at our Regional Centres utilising a Master Application Server and Regional Satellite Application Servers arrangement.
The Supplier will lead the delivery, installation, configuration and management of the master unified Security Enterprise System and associated contingency solution for system resilience. The system must be capable of holding up to 250,000 card holder records.
The Supplier will provide strategic and technical support to fully integrate the locally unified Satellite Security Enterprise Systems at the existing and planned Regional Centre locations across the UK as they become operational.
For information the existing locally unified Satellite Security Enterprise Systems in place are CCure 9000 and Victor Video Edge systems which operate through Master and Satellite Application Servers.
The Enterprise Partner will work with HMRC to set up a communication port with the planned Government Wide Access Control Database.

      II.2.5) Award criteria:
      Quality criterion - Name: Mobilisation and System Installation / Weighting: 15
      Quality criterion - Name: Delivery of Service / Weighting: 10
      Quality criterion - Name: Technical and Maintenance Support / Weighting: 12
      Quality criterion - Name: Security / Weighting: 10
      Quality criterion - Name: Innovation / Weighting: 10
      Quality criterion - Name: Social Value / Weighting: 3
                  
      Cost criterion - Name: Cost Effectiveness / 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: 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
       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: 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: 22/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Universal Security Systems Limited, UK
             Mint Business Park, 41 Butchers Road, London, E16 1PW, United Kingdom
             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: 1,400,000          
         Total value of the contract/lot: 1,600,000
         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: 22/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Universal Security Systems Limited
             Mint Business Park, 41 Butchers Road, London, E16 1PW, United Kingdom
             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: 1,600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=466731281

   VI.4) Procedures for review

      VI.4.1) Review body
          HM Revenue & Customs
          Telford, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          TBC
          Telford, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 23/01/2020