Services - 334663-2018

01/08/2018    S146

United Kingdom-Edinburgh: Supply services of personnel including temporary staff

2018/S 146-334663

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Scottish Government
Postal address: Victoria Quay, Leith
Town: Edinburgh
NUTS code: UKM SCOTLAND
Postal code: EH6 6QQ
Country: United Kingdom
Contact person: David Bilton
E-mail: david.bilton@gov.scot
Telephone: +44 1312443627
Internet address(es):
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Framework Agreement for Interim Professional Staff Services — National

Reference number: SP-18-014
II.1.2)Main CPV code
79620000 Supply services of personnel including temporary staff
II.1.3)Type of contract
Services
II.1.4)Short description:

This Framework Agreement is for the provision of Interim professional staff services on a National basis (throughout the whole of Scotland). The Framework Agreement will be for a maximum period of 48 months. Contractors must be capable of supplying suitably qualified interim workers covering a diverse range of skill sets that have been through the relevant disclosure/security processes. Interim workers should be suitably trained and experienced to perform the duties required of them and must be eligible to work in the United Kingdom.

II.1.5)Estimated total value
Value excluding VAT: 84 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72222300 Information technology services
75100000 Administration services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
Main site or place of performance:

Scotland wide

II.2.4)Description of the procurement:

This Framework Agreement is for the provision of Interim professional staff services on a National basis (throughout the whole of Scotland). The Framework Agreement will be for a maximum period of 48 months. Contractors must be capable of supplying suitably qualified interim workers covering a diverse range of skill sets that have been through the relevant disclosure/security processes. Interim workers should be suitably trained and experienced to perform the duties required of them and must be eligible to work in the United Kingdom. The contractor must be able to provide coverage Nationally (whole of Scotland), with consistent levels of service for varied assignment types and terms as required by the Framework public bodies, on a cost effective and best value basis. Contractors will be able to provide interim workers to meet requirements at the Framework public bodies’ premises as and when required. Contractors must provide comprehensive management information throughout the duration of the Framework Agreement and any Call-Off Contract awarded under the Framework, to all participating Framework public bodies.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Weighting / Weighting: 60 %
Price - Weighting: 40 %
II.2.6)Estimated value
Value excluding VAT: 84 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

Bidders must demonstrate a Current Ratio of 0.9 or greater. See question 4B.4 of the ESPD.

Current Ratio will be calculated as follows: net current assets divided by net current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender submission is supported by a Parent company guarantee.

Minimum level(s) of standards possibly required:

It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s liability insurance in accordance with any legal obligation for the time being in force.

Public Liability Insurance = [1 000 000]GBP. See question 4B.5.2 of the ESPD.

Professional Indemnity Insurance = [1 000 000]GBP. See question 4B.5.2 of the ESPD.

Bidders must provide a separate ESPD response from entities upon whose capability / capacity they rely on in order to meet any selection criteria including Economic and Financial standing.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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: 2018/S 029-063091
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/09/2018
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 06/09/2018
Local time: 14:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Within 4 years

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Award Criteria questions can be found in the ITT together with the weightings.

Technical envelope — Tenderers who provide a ‘NO’ answer to Q 2.1.2 or fail to achieve a moderated average score of ‘2’ or more against questions 2.3.1, 2.3.3, 2.4.1, 2.4.2 and 2.6.1 will result in their tender not being considered further and will not be included in the price/quality ratio calculation.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11382. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The contractor will be required, where practical, to:

— consider relevant opportunities for community benefits,

— consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of this Framework,

— provide assurance regarding workforce matters.

This may include schemes such as:

— providing training opportunities and support to achieve qualifications,

— supporting local communities e.g. sponsorship of local clubs etc.,

— using social enterprises to support delivery of services.

(SC Ref:550712)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Scottish Government
Postal address: Victoria Quay, Leith
Town: Edinburgh
Postal code: EH6 6QQ
Country: United Kingdom
Telephone: +44 1312443627
Internet address: http://www.scotland.gov.uk
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court of Session.

VI.5)Date of dispatch of this notice:
30/07/2018