HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Forensic Analysis Services - Digital and Communications |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Authority requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites. |
Published: | 13/02/2020 15:12 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000598581, Email: james.drew@hmrc.gov.uk
Contact: James Drew
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
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 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: Forensic Analysis Services - Digital and Communications
Reference Number: SR242692997
II.1.2) Main CPV Code:
71600000 - Technical testing, analysis and consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
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.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Authority requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
Quality criterion - Name: Technical Merit – Schedule 2.1 (Specification) / Weighting: 50
Quality criterion - Name: Technical Merit – Management activity / Weighting: 10
Quality criterion - Name: Technical Merit – ICT Product Accessibility / Weighting: 5
Quality criterion - Name: Technical Merit – Security / Weighting: 10
Cost criterion - Name: Cost / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals: This contract will be awarded for one year, which an optional 1+1 available to the Contracting Authority.
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:
The Contracting Authority requires the Supplier to possess, for the life of the contract, BSEN ISO 9001, ISO 27001 certification or equivalent. Additionally, the Contracting Authority also requires the Supplier to possess, for the life of the contract, ISO 17025 accreditation for the acquisition of data from computers, mobile devices and external storage media.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
“As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online “selection questionnaire” that they have the necessary economic or financial capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) audited accounts (to include balance sheet and statement of profit and loss) and/or similar financial statements or information; 2) statement of turnover in respect of the required goods and/or service only; and 3) details of Public Liability and Employers Liability Insurance (as applicable) and other relevant insurances. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.
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:
As stated in Section VI.3, HMRC is using an e-sourcing (eTendering) tool or application for this procurement. Tenders will normally not be fully considered or evaluated unless Tenderers have first demonstrated via an online “selection questionnaire” that they have the necessary technical capacity to perform the contract. Actual requirements will vary depending on the particular requirement or contractual opportunity, but, as a minimum, the questionnaire will request the following information: 1) details of the principal business areas(s) in which the company is engaged and its structure, site locations and facilities; 2) evidence of previous relevant experience in the last 3 years, demonstrating capacity and ability to provide the required goods and/or services, inclusive of dates, size/value of contract and customer address/contact names for reference purposes; 3) details of quality systems in place, including (if applicable) details and copy certification relating to formal accreditation held, such
as BS, ISO or equivalent; 4) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and 5) a list of professional associations or trade bodies to which the organisation or individuals in the organisation belong. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.
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: Yes
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 112 - 274975
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/02/2020 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: 18/03/2020
Time: 12:00
Place:
Salford
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 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.
HMRC is conducting this tendering exercise under the OJEU Open procedure and is using an eSourcing (eTendering) tool or application. ((Information about the e-Sourcing application, and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm.) Economic operators who require access to the online tender documentation must send an email to e.procurement@hmrc.gov.uk any time up to, but no later than 17:00 on 21.02.20. This email should contain (a) the contract reference shown in Section IV.3.1 (File Reference), (b) a contact email address; (c) a contact name; and (d) the company name and contact telephone number. Economic operators who have complied with the foregoing will receive details of how to access the online Tender documentation. (If an email response from HMRC is not received within one working day of your request, re-contact e.procurement@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when the request was first made). Online Tender documentation must be fully completed (and any requested associated hard-copy documents received by HMRC) no later than 12:00 on 18.03.20. Tender documentation not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online Tender documentation, please notify the Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high
quality response using the eSourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Awarding Authority 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=471954614
VI.4) Procedures for review
VI.4.1) Review body:
HMRC
5W Ralli Quays, 3 Stanley Street, 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: 13/02/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000598581, Email: james.drew@hmrc.gov.uk
Contact: James Drew
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.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 and Indirect Tax Collection
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Forensic Analysis Services - Digital and Communications
Reference number: SR242692997
II.1.2) Main CPV code:
71600000 - Technical testing, analysis and consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 212,265
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71620000 - Analysis 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 requires the provision of forensic science analytical services that will support investigations when there is no further capacity available from HMRC’s own analytical sites.
II.2.5) Award criteria:
Quality criterion - Name: Social, Environmental and Innovative Characteristics / Weighting: 5
Quality criterion - Name: Technical Merit – Schedule 2.1 (Specification) / Weighting: 50
Quality criterion - Name: Technical Merit – Management activity / Weighting: 10
Quality criterion - Name: Technical Merit – ICT Product Accessibility / Weighting: 5
Quality criterion - Name: Technical Merit – Security / Weighting: 10
Cost criterion - Name: Cost / 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: 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
Notice number in the OJEU: 2019/S 112-274975
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: 18/05/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (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)
CCL Forensics LTD, 05314495
36 Cygnet Court, Timothy's Bridge Road, Stratford-upon-Avon, 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: 212,265
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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=497505575
VI.4) Procedures for review
VI.4.1) Review body
HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, 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: 29/05/2020