HMRC: UK-Salford: Forensic Analysis Services

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: UK-Salford: Forensic Analysis Services
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: HMRC are tendering for forensic science analytical services that will support investigations in all operational areas by providing expert testing/examination and reporting on a variety of exhibits. The requirements are for Questioned Documents and DNA Analysis Services.
Published: 21/10/2019 11:00

View Full Notice

UK-Salford: Analysis services.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs
             5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
             Tel. +44 7815438343, Email: bhavina.patel1@hmrc.gov.uk
             Contact: Bhavina Patel
             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.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
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UK-Salford: Forensic Analysis Services       
      Reference Number: SR183695870
      II.1.2) Main CPV Code:
      71620000 - Analysis services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: HMRC are tendering for forensic science analytical services that will support investigations in all operational areas by providing expert testing/examination and reporting on a variety of exhibits. The requirements are for Questioned Documents and DNA Analysis Services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 544,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71620000 - Analysis services.
      71621000 - Technical analysis or consultancy services.
      71630000 - Technical inspection and testing services.
      71900000 - Laboratory services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Authority intends to award a single supplier contract for the provision of forensic analysis service. The service consists of two elements
1)HMRC requires a provider to undertake the forensic examination of documents that may include:
a)Determining authorship of hand writing.
b)Identifying artificial or disguised handwriting.
c)Linking documents to printers, copiers or other methods of reproduction including comparison of ink(s).
d)Identifying alterations to documents.
e)Identifying and interpreting indentations in documents.
f)Reconstructing ‘shredded’ documents.
g)Highlighting, to the Authority, other evidence that could be obtained from the document, which may prove or disprove allegations relating to the case.

2) HMRC officers may recover items that could contain DNA traces of suspects or others that need to be eliminated from an investigation
HMRC requires a provider to
a) Determine the identification of DNA profiles and provide results for evidential or intelligence purposes.
b) Provide forensic advice to the Authority’s case officers on the identification of material that may be suitable for recovery of DNA and how it shall be collected and preserved.
c) Undertake the recovery and examination of DNA traces and for the input of DNA profiles to the UK National DNA Database (NDNAD).
d) Compare some traces with the UK NDNAD; the Supplier must already have, or be in a position to acquire, access to the UK NDNAD.
e) Input DNA profiles, where appropriate to the UK NDNAD.
f) Carry out other forensic techniques on an Ad-hoc basis that may be required.

HMRC requires potential providers to possess BSEN ISO/IEC 17025 certification as required by the Forensic Regulator, accredited by UKAS or a comparable body
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 3
            Quality criterion - Name: Technical Merit - Service Requirements / Weighting: 60
            Quality criterion - Name: Technical Merit - Management Activity / Weighting: 7
            Quality criterion - Name: Technical Merit - Security and Business Continuity / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 544,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be for a period of 2+1+1 years (24+12+12 months). There will be the option extend by 12 months after the initial 24 month term, and a further option to extend by 12 months, after the initial 12-month extension.
      
      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 need to register on HMRC SAP Ariba portal.
Suppliers will need to register at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
Once you have registered, please email Bhavina.patel1@hmrc.gsi.gov.uk the following:
AN number
Contract title in Section II.1.1
Contact name & details
Organisation name

to access the event.       


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 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    
      Selection criteria as stated in the procurement documents
      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: 2019/S 69 - 162396       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/11/2019 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: 21/11/2019
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 24 months
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   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. 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 Bhavina.patel1@hmrc.gov.uk 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 Bhavina.patel1@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 12:00 on 21st November 2019. The deadline for clarification questions is 13th November 2019 with responses provided by the 15th November 2019 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=426764008
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue & Customs
       Salford, United Kingdom
       Tel. +44 7815438343
   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: 21/10/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Salford: Analysis services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       HM Revenue & Customs
       5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 7815438343, Email: bhavina.patel1@hmrc.gov.uk
       Contact: Bhavina Patel
       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 Tax

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: UK-Salford: Forensic Analysis Services            
      Reference number: SR183695870

      II.1.2) Main CPV code:
         71620000 - Analysis services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: HMRC are tendering for forensic science analytical services that will support investigations in all operational areas by providing expert testing/examination and reporting on a variety of exhibits. The requirements are for Questioned Documents and DNA Analysis Services.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 544,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71620000 - Analysis services.
            71621000 - Technical analysis or consultancy services.
            71630000 - Technical inspection and testing services.
            71900000 - Laboratory 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: The Authority intends to award a single supplier contract for the provision of forensic analysis service. The service consists of two elements
1)HMRC requires a provider to undertake the forensic examination of documents that may include:
a)Determining authorship of hand writing.
b)Identifying artificial or disguised handwriting.
c)Linking documents to printers, copiers or other methods of reproduction including comparison of ink(s).
d)Identifying alterations to documents.
e)Identifying and interpreting indentations in documents.
f)Reconstructing ‘shredded’ documents.
g)Highlighting, to the Authority, other evidence that could be obtained from the document, which may prove or disprove allegations relating to the case.

2) HMRC officers may recover items that could contain DNA traces of suspects or others that need to be eliminated from an investigation
HMRC requires a provider to
a) Determine the identification of DNA profiles and provide results for evidential or intelligence purposes.
b) Provide forensic advice to the Authority’s case officers on the identification of material that may be suitable for recovery of DNA and how it shall be collected and preserved.
c) Undertake the recovery and examination of DNA traces and for the input of DNA profiles to the UK National DNA Database (NDNAD).
d) Compare some traces with the UK NDNAD; the Supplier must already have, or be in a position to acquire, access to the UK NDNAD.
e) Input DNA profiles, where appropriate to the UK NDNAD.
f) Carry out other forensic techniques on an Ad-hoc basis that may be required.

HMRC requires potential providers to possess BSEN ISO/IEC 17025 certification as required by the Forensic Regulator, accredited by UKAS or a comparable body

      II.2.5) Award criteria:
      Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 3
      Quality criterion - Name: Technical Merit - Service Requirements / Weighting: 60
      Quality criterion - Name: Technical Merit - Management Activity / Weighting: 7
      Quality criterion - Name: Technical Merit - Security and Business Continuity / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Suppliers need to register on HMRC SAP Ariba portal.
Suppliers will need to register at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
Once you have registered, please email Bhavina.patel1@hmrc.gsi.gov.uk the following:
AN number
Contract title in Section II.1.1
Contact name & details
Organisation name

to access the event.


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: 2019/S 69-162396
      
   

   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: SR183695870    
   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: 30/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             EUROFINS FORENSIC SERVICES LIMITED
             I54 Business Park, Valiant Way, Wolverhampton, WV9 5GB, United Kingdom
             NUTS Code: UK
            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: 544,000          
         Total value of the contract/lot: 544,000
         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=472069214

   VI.4) Procedures for review

      VI.4.1) Review body
          HM Revenue & Customs
          Salford, United Kingdom
          Tel. +44 7815438343

      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: 18/02/2020