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
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
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