HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Tax Academy End Point Assessor |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Authority is acting on behalf of HMRC’s Tax Academy, who as training provider has identified a requirement for the services of an End Point Assessment Organisation (EPAO) who will support them in the assessment of the Level 3 Public Sector Compliance Investigator/Officer Apprenticeship Standard and/or the Level 4 Professional Accounting/Taxation Technician Apprenticeship. These two requirements are divided into two sperate lots. |
Published: | 14/11/2019 11:40 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
HM Revenue & Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587871, Email: e.procurement@hmrc.gsi.gov.uk
Contact: Lee Corrigan
Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs, Address of the buyer profile: 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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement 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: Tax Academy End Point Assessor
Reference Number: SR227843976
II.1.2) Main CPV Code:
79635000 - Assessment centre services for recruitment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority is acting on behalf of HMRC’s Tax Academy, who as training provider has identified a requirement for the services of an End Point Assessment Organisation (EPAO) who will support them in the assessment of the Level 3 Public Sector Compliance Investigator/Officer Apprenticeship Standard and/or the Level 4 Professional Accounting/Taxation Technician Apprenticeship. These two requirements are divided into two sperate lots.
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 - Level 3 Public Sector Compliance/Investigator Apprenticeship and Lot 2 - Level 4 Professional Accounting/Taxation Technician Apprenticeship
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Tax Academy End Point Assessor - Level 3 Public Sector Compliance/Investigator Apprenticeship
Lot No: 1
II.2.2) Additional CPV codes:
79635000 - Assessment centre services for recruitment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1 – Level 3 Public Sector Compliance/Investigator Apprenticeship
The End Point Assessor will assess Tax Professional apprentices on the Level 3 Public Sector Compliance/Investigator Apprenticeship standard.
The EPAO will be responsible for arranging an appropriate venue to carry out the end point assessment, which will need to include at least one location in the North of England and one in the South of England.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 45
Quality criterion - Name: Security / Weighting: 5
Cost criterion - Name: Total Cost / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 543,600
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: Potential for 12 months 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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Tax Academy End Point Assessor - Level 4 Professional Accounting/Taxation Technician Apprenticeship standard
Lot No: 2
II.2.2) Additional CPV codes:
79635000 - Assessment centre services for recruitment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2 – Level 4 Professional Accounting/Taxation Technician Apprenticeship
The End Point Assessor will assess Tax Professional apprentices on the Level 4 Professional Accounting/Taxation Technician Apprenticeship standard.
The EPAO will be responsible for arranging an appropriate venue to carry out the end point assessment, which will need to include at least one location in the North of England and one in the South of England.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 45
Quality criterion - Name: Security / Weighting: 5
Cost criterion - Name: Total Cost / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 900,000
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: Potential for 12 months 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: 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:
It is mandatory that the End Point Assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
The End Point Assessor must comply with, and consent in writing to audits in respect of, all current and future applicable aspects of relevant legislation, including but not limited to:
a)General Data Protection Regulations (GDPR)
b)Human Rights Act 1998
c)Freedom of Information Act 2000
d)The Welsh Language Act 1993 & Measures 2011
e)Safeguarding Vulnerable Groups Act 2006
f)Employment Rights Act 2002
g)Equality Act 2010
h)Public Sector Equality Duty (2011) compliance
The End Point Assessor must:
•Meet the criteria mentioned in the Education Skills Funding Agency’s (ESFA) ‘Conditions for organisations on the register of end-point assessment organisations’ guidance. This document can be found at:
https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/697214/EPAO_Conditions_of_Acceptance_Version_2.2.pdf
III.1.2) Economic and financial standing
List and brief description of selection criteria:
HMRC operates an Enterprise Resource Planning (electronic trading/ordering) system and has a Purchase Order Mandatory Policy. Successful tenderers will be required to provide information so that they can be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.
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:
It is mandatory that the End Point Assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
It is mandatory that the End Point Assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
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 86 - 206402
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/12/2019 Time: 16:00
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: 21/12/2019
Time: 16:00
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=443983097
VI.4) Procedures for review
VI.4.1) Review body:
HMRC
5W Ralli Quays, Salford, M60 9LA, 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: 14/11/2019
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
HM Revenue & Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587871, Email: e.procurement@hmrc.gsi.gov.uk
Contact: Lee Corrigan
Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs, Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Tax Academy End Point Assessor Reference number: SR227843976
II.1.2) Main CPV code:
79635000 - Assessment centre services for recruitment.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Authority is acting on behalf of HMRC’s Tax Academy, who as training provider has identified a requirement for the services of an End Point Assessment Organisation (EPAO) who will support them in the assessment of the Level 3 Public Sector Compliance Investigator/Officer Apprenticeship Standard and/or the Level 4 Professional Accounting/Taxation Technician Apprenticeship. These two requirements are divided into two sperate lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 20/12/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 233157
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 14/11/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Publication on TED not compliant with original information provided by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: IV.2.2
Instead of:
Date: 21/12/2019
Local Time: 16:00
Read:
Date: 02/01/2020
Local Time: 16:00
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=459867240