By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

GB-Salford: HMRC Benefits and Credits, Error and Fraud Adding Capacity 444.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

HM Revenue & Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street
Contact point(s): Please refer to Section VI.3 (Additional Information) which clarifies the procedure regarding access to and submission of tender documentation
For the attention of: Lee Gibson
M60 9LA Salford
UNITED KINGDOM
Telephone: +44 3000587790
E-mail:

Internet address(es):

General address of the contracting authority: www.hmrc.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: HM Revenue & Customs
5W Ralli Quays, 3 Stanley Street
Contact point(s): BAK-2013-Error and Fraud Adding Capacity-444
M60 9LA Salford
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: HM Revenue & Customs
5W Ralli Quays, 3 Stanley Street
Contact point(s): BAK-2013-Error and Fraud Adding Capacity-444
M60 9LA Salford
UNITED KINGDOM
E-mail:

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Direct & Indirect Taxes
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
GB-Salford: HMRC Benefits and Credits, Error and Fraud Adding Capacity 444.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Call centre. Administrative services for business operations. Internal office mail and messenger services. Data analysis services. Compulsory social security services. A contract for providing additional capacity and capability to HM Revenue & Customs to correct working tax credit claims that are potentially running with incorrect information.
The successful supplier will be required to contact HMRC's customers and by using HMRC's standard operating procedures, verify the customer's circumstances, either at the point of the renewal of the claim or during the period of the award.
HMRC will allocate information to the Contractor via a secure method of electronic transfer. The Contractor will assess the claim, apply their own analysis and using their own employees contact customers by mail, telephone and text messaging.
The Contractor will be responsible for receiving evidence from customers in a variety of formats, holding that evidence securely and accessing HMRC records to amend an award if required.
The Contractor will be responsible for returning all data on each case securely to HMRC irrespective of any correcting action undertaken. The Contractor must be in a position to operate a flexible approach to resourcing the requirement and the ability to meet all of HMRC's requirements for the security of taxpayer information.
The Contractor is required to make decisions regarding tax credits entitlement. Consequently the Commissioners for HM Revenue & Customs have agreed that once the procurement process has been completed and a successful award made, they will exercise their powers under section 14 of the Commissioners for Revenue and Customs Act 2005 to delegate to the Contractor the specific functions needed to permit this.
II.1.6)Common procurement vocabulary (CPV)

79512000, 75112000, 64122000, 72316000, 75300000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is anticipated that over a 3 year period, HMRC will provide approximately 8m cases of Working Tax Credit claims that require correction.
Each case will require the Contractor to assess the information that HMRC hold and if they wish to validate that information using the Contractor's databases - then by using their own staff the Contractor will be required to make contact with the customer to establish the customer's circumstances at that point in time. This is expected to lead to a correction of the customer's claim and it will be on that basis that the Contractor will be rewarded by HMRC. The Contractor will be reimbursed in line with HMRC's drive to reduce disproportionate losses to HM Treasury.
The model is best described as a 'payment by results' fee. HMRC will validate the Contractor's outcomes and pay a commission for a saving achieved. It is expected that after an initial 'discovery' period between the successful bidder and HMRC that a 'gainshare' agreement will be established as the savings and reduced losses to the taxpayer are visible.
Estimated value excluding VAT:
Range: between 55 000 000 and 75 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
No special legal form is required, but each supplier will be required to become jointly and severally liable for the contract before acceptance
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 that they have the necessary personal standing and are eligible and suitable to be awarded a public contract. Tenderers will therefore be required to provide a statement within an online 'selection questionnaire' as to whether any of the circumstances (relating to mandatory and discretionary grounds for exclusion) described in Regulation 23 of the Public Contracts Regulations 2006 apply. Revenue compliance will be considered and checks will be undertaken throughout the tendering exercise, using, as applicable, information from HMRC's own records. UK applicants will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Overseas or non-UK Tenderers will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. 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. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
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
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Cost Effectiveness. Weighting 40

2. Technical Merit - the general requirements. Weighting 30

3. Quality. Weighting 15

4. Technical Merit - the security requirements. Weighting 10

5. Technical Merit - the strategic requirements. Weighting 5

IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: The Authority reserves the option of using an electronic auction to assess the cost within the qualitative assessment.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BAK-2013- Error and Fraud Adding Capacity-444
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 202-349827 of 17.10.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.3.2014 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: HMRC will be using an e-sourcing (e-tendering) tool/application for this procurement. This prevents any information provided by the applicant or tenderer from being viewed by the Authority until the e-sourcing event is closed. The e-sourcing (e-tendering) application will display the closing date and time for this particular tendering exercise within the event. The close time will be the earliest point at which the HMRC nominated or a tender defined evaluation team member will be able to open and view the tender responses. Therefore, the opening time for tenders will coincide with the close date and time for the event and all tenders will become visible to the HMRC nominated or event defined tender evaluation team in any place that provides access to the e-sourcing tool/application at that time

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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, and the contract will be awarded on the basis of the most economically advantageous tender.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 any time up to, but no later than 09.00 on 10 February 2014. 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 (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 09.00 on 12.3.2014. 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=80600444

GO Reference: GO-2014130-PRO-5426633
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See VI.4.2
UNITED KINGDOM

Body responsible for mediation procedures

See VI.4.2
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: HMRC will incorporate a minimum 10 calendar day standstill period at the time the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address at I.1. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.1.2014